Loading...
HomeMy WebLinkAboutContract Award Date:_ 0 03 ( CAG 03-083 Awarded to: ry c- f- 31 °,- Cc) zz 7 _ r v Ler n Cif I fs k ✓7� 3 LL �Y Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications � � O NT City of Renton Construction of: East Valley Lift Station Replacement 6 PROJECT NO. WWP-27-2906 City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: (425)430-7200 6 City Project Manager: Mike Benoit (425)430-7206 Consultant Contact Mark Miller,R112 Engineering (425) 951-5372 6 ® Printed on Recycled Paper i Michael Benoit-Contact personell Pa e 1 From: <MStouder @aol.com> To: <mbenoit @ci.renton.wa.us> Date: 8/7/03 2:58PM Subject: Contact personell Hi Mike, Here is the contacts- We are planning to Mob trailer on site Tuesday 8-12- In lue of Monday On site Superintendant Grey Langemo-Cell phone 360-239-4351 Home Phone-360-956-7414 Home Fax -360-236-1965 Pager- 360-290-2959 E-Mail-GREYLANGEMO @aol.com Grey will be on site full time. On site Foreman Dean Dazell-Cell 360-815-6590 Home Phone 360-754-8084 On site operator- Mike Montgomery-Cell 360-815-6436 Home phone 360-754-7991 Project Manager-Mark Stouder Office 360-366-5822 Fax 360-366-5413 Cell 360-815-6437 Home-360-384-3332 E-Mail -MSTOUDER@AOL.com Any thing else you need let me know- I will get you on site telephone#& Fax when I get these Thanks Mark Stouder CITY OF RENTON RENTON, WASHINGTON fw Aw CONTRACT DOCUMENTS for the East Valley Lift Station Replacement PROJECT NO. WWP-27-2906 May 2003 w BIDDING REQUIREMENTS • CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS 4� L �SpL ti zk- 22780 38613 r � J/I Gr's.11- `fit SIGNED: flr;��c;i rr.ut , �`4 SIGNED: 3 EXPIRES 3!19/04 EXPIRES 7/15/03 CITY OF RENTON 1055 South Grady Way Renton, WA 98055 aw 40 � Prepared by: RI-12 Engineering, Inc. 300 Simon Street SE Suite 5 - East Wenatchee, WA 98802 (509) 886-2900(p) (509) 886-2313 (f) as CITY OF RENTON WWP-27-2906 go East Valley Lift Station Replacement CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal&Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form +r *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance r ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Standard Plans Geotechnical Report �. Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid "'■' ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department o 1055 South Grady Way Renton,Washington 98055 Ao w an CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 r It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color,national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the r 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 40 practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: w Mayor Council President Att +ww \\ City Cler rr r a. CITY OF RENTON SUMMARY OFAXLRICANS WITH DISABLUTIES ACT POLICY ow ADOPTED BY RESOLUTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City 4W of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as err 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 4W other applicable laws and regulations. (2) COOPERATION.WITH HUMAN RIGHTS ORGANIZATIONS - The City of IV Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opporhinity 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 �r 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 +�w policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION = Contractors, subcontractors, consultants and r. suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities.and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. +�r CONCURRED IN by the City Council of the City of Renton, Washington, +V this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: Mayor ;! Council President Attest: % +rrr City Clerk so CITY OF RENTON WWP-27-2906 East Valley Lift Station Replacement SCOPE OF WORK + ► The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: trr Abandonment of an existing wetwell/drywell type lift station and construction of a new submersible lift station, force main and collection system. The project improvements consist of excavation work, dewatering and shoring work as required to install a concrete wet well; concrete dry well; manholes, pumps, piping; motor control center; telemetry and monitoring equipment; ventilation system; and electrical and miscellaneous equipment. Roadway restoration, sidewalk removal and replacement, curb and gutter restoration, utility relocation and landscaping are all part of the required work. Demolition of the existing equipment and structures will be completed after approval of the proposed lift station. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 120 working days will be allowed for the completion of this project. wr �r► wr �r yrr EAST VALLEY LIFT STATION REPLACEMENT s w I t a I I _ t W R Ma° c`' I I' c w ^ 1 e �s�illa;e PI. I `l 1 405 I S 16W�l I SW t6th J4 , I : - �I c : I �I i P - I do S' I h It. - 1 � 19th IA I 0 1500 30 T SW 23rd_c t SLI �I I,,=1500, III Isw 27th!st SW 271 h St, SW 27th st t I a � SW 2 h st �,� i � sx btn a. n I, — 3 I � usz SW I�I4th St III d sw 3'th SL- 't�� I 84th I s 22 t [i9 1 I 1 I O' E CT - h 9t —� SW"39th Ist. _ C'/ SW 41st SI ' SW 41st t. 1 IT7)h A E �. I I I I I LI sL I, �'W 93rd SL �167� `4j Ar � VICINITY MAP vw INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City yr Clerk,Renton City Hall,until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. • 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City +• reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. w 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. +rr 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5%of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after wr receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation,public liability, and property damage as indicated on forms enclosed under Attachment A 4W herein and as identified within Specification Section 1-07.18. 40 w. 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. •.r 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. «r 15. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid +� to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless " of any contractual relationship which may exist, or be alleged to exist,between the CONTRACTOR and any laborers,workmen,mechanics or subconsultants. +•► The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. „r. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall +rr �w. comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 4W 21. Standard Specifications ow All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph, or not. 1. WSDOT/APWA"1996 Standard Specifications for Road,Bridge and Municipal Construction" and"Division 1 APWA Supplement"hereinafter referred to by the abbreviated title "Standard Specifications." ow A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read"City of Renton," unless specifically referring to a standard specification or test 4W method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein)shall govern. v.► 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City,the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. err► 23 Bidder's Checklist • It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. it • Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"? irr ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? +ter ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? +w r wr CITY OF RENTON WWP-27-2906 East Valley Lift Station Replacement PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON r Ladies and/or Gentlemen: ,rr The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit �r prices both in writing and in figures.) The undersigned certifys and agrees to the following provisions: NON-COLLUSION AFFIDAVIT �. Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, r quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO �. PURCHASER AND MINIMUM WAGE AFFIDAVIT Stouder General Construction, LLC Name of Bidder's Firm +r Printed Name Mar} Stouder Signature err Address: 3381 Brown Rd. Ferndale, WA 98248 err Names of Members of Partnership: *Note• We are a LLC Mark Stouder, Manaoi nQ Member Faith Stouder, Member +rr OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this day of 2003 In Faith M. Stouder Notary Public in and for the State of Washington Not Public _ State of Washington Notary (Print) f cL i t1) i�(1. March 22,2007 My appointment expires: 03 - ,�a - )7 — • err BID BOND FORM .. the amount of deposit in the form of a certified check, cashier's check, cash, o tote bid. Herewith find p which amount is n:gthan ve p cent of the r Signature ®r Know All Men by These Presents: as Principal, and That we, STOUDER GENERAL CONSTRUCTION LLC of Renton, as are held and firmly hound unto � ��' of which EMPLOYERS MUTUAL CASUALTS�COOMPA €U meBID******* ** * * Dollars,for the payment +rr Obligee,in the penal sum of the principal'and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, � Jointly and severally,by these presents. c diti of this obli lion is such that if the Obligee shall make any award to the Principal for Q_ on �a to the terms of the proposal or.bid made by the principal T V�I EY LIFT STATION according PROJECT - - e and enter into a contract with the Obligee in accordance with the therefor, and the Pr tactpal shall duly mak give bond for the faithful perform ee thereof, with terms of said proposal or bid and award and shall failure to do 80, Pay and Sureties approved by the Obligee; or if the Principal shall, m for ids, then this obligation shall Surety or specified in the cal forfeit ti) the Obligee the penal amount of the deposit spe shall forthwith pay be null and void; otherwise it shall be and remain meted damages, the am this amount of bond- and forfeit to the Obligee, as penalty and liqui SIGNED, SEALED AND DATED THIS 10TH DAY OF JUNE STOUDER EN L ONS BY: 7- princip 1 EMPLOYERS MUTUAL CASUALTY - BY Surety"Y CU TBIRTH ATTORNEY-IN-FACT Received return of deposit in the sum of$ i i 00i i i i Ww; • �• 01 In.,V.1161-1191101 •' • C` •• • •'• C` • •• ' ' • • • ` • to /EMCInsurance Companies No P.O. Box 712•Des Moines, IA 50303.0712 `t CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company,an Iowa Corporation 5. Dakota Fire Insurance Company,a North Dakota Corporation 2. EMCASCO Insurance Company,an Iowa Corporation 6. EMC Property&Casualty Company,an Iowa Corporation 3. Union Insurance Company of Providence,an Iowa Corporation: 7. The Hamilton Mutual Insurance Company,an Ohio Corporation 4. Illinois EMCA$C4 Insurance Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint: ROBERT E.HEILESEN, KIP W.VANDEVENTER, STACY CUTBIRTH, KAREN SWANSON, JOANNE REINKENSMEYER, HOLLI LAGERQUIST, LISA KERSTETTER, SIMONE U.MCGUIRE, INDIVIDUALLY,TACOMA,WASHINGTON............................................. its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute its lawful bonds,undertakings,and other obligatory instruments of a similar nature as follows: IN AN AMOUNT NOT:EXCEEDING TEN MILLION DOLLARS .. ....... ......... .......... ..................... ........: ($10,000,000.04) and to bind each Compariy thereby asI:fullyand to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1,2006 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attorney is:made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to;(1) appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto;;bonds and' undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and(2)to remove any such attorneyin-fact at any time and revoke the power and authority given to him or her:Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company,and to attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding:upon this Company. The:facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter,wherever appearing upon a certified Copy of'any power-o#attorney of the Company,shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN WITNESS WHEREOF,:theComi panies have caused these presents to be signed for each by their officers as shown,and the Corporate.seals to.be hereto affixed this tititir 17th day of January 2003. :_, Seals Bruce G.Kelley,Chairman Jgffrey S.Birdsley ......... 1` .E Cp ,X y�o iNSUR o��� 0/'; �P; ,,„IFS''- of Companies 2,3,4,5&6; resident Assistant Secretary 4P apppp,,r C+„'.: yJ.�pPPOgq °4 �ftPOR,gJ of Company 1;Vice Chairman and CEO of Company 7 SEAL y 1863 1953 o IOWA (owp. On thi97th day of lan nary AD X003 before me a 5�.... "i......r S��TUa c”': Notary ublic in and for the State of Idwa,personally appeared Bruce G.Kelley nd Jeffrey S. 4 c e �Q,.,'11'q''?s� Birdsley,who,being by me duly sworn,did say that they re,and are known to me to be the y`,OP409 s O �, oPPOR4 r - �Q,POR r = Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of SEAL ? - SEAL % SEAL o each of The Companies above;that the seals affixed to this instrument are the seals of said F, ,,,,,,,,ll� , corporations;that said instrument was signed and sealed on behalf of each of the Companies °Arw ��,,MOlNES�,,` by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Jeffrey S. Birdsley,as such officers,acknowledge the execution of said instrument to be<the UTU r voluntary act and deed of each of the Companies. My Commission Expires September 30,2003. }� RUTA KRUMINS tiMti on ¢ Commission Number 176255 My Comm.Exp.Sept.30.2003 Nota ry Public in and for the State of Iowa CERTIFICATE tirr I,David L.Hixenbaugh,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies,and this Power of Attorney issued pursuant thereto on January 17,2003 on behalf o iobert E.Heilesen Kip W.Vandeventer, Stacy Cutbirth, Karen Swanson,Joanne Rein kensmeyer,:. are true and correct and are still in full force and effect.Holli Lagerquist, Lisa Kerstetter, Simone`Uuire IM In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company thi day of � r Vice-President OWL_ Form 7832(9/02) "For verification of the authenticity of the Power of Attorney you may call (515)280-2689." CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES cast Valley Lift Station Replacement it (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) TEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT +rr NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 001. 1 Mob., Demob., Site PreparatiorVan� lean-up !9 Uvv,d� fq vvU va Lump Sum $ 116 he-�aev) +�+ per Lump Sum (words) figures 002. 1 Site Work and tilit1 s /� ( h/ , . �"� �. 5,� 'oo oo 1 S g� Gov`0J Lump Sum e� h`"� r per Lump Sum (words) figures 003. 1 Lan4 caping 1I - 3 you ov 31 7vo,u J 'r Lump Sum $ h"ae— �ho Sin '�r�� i�v per Lump Sum (words) figures r 004. 1 Sh ring a d Trench 5pfety Systems vv 7 3j 00o ou, 7 �� ooL). oo Lump Sum $ �ht&e-- > � per Lump Sum (words) figures 005. 1 De atering /' j S wc, Lump Sum $ �`�l� ` ,� � is�y pO J per Lumo Sum (words) figures ■r 006. 1 Tlfic control y � 000,00 / l�vf,.vJ Lump Sum $ V- per Lump Sum (words) figures as 007. 1 Structural�� k Lump Sum $ Uht,:; S per Lump Sum (words) figures 008. 1 Lift Station pumps and Motors- Lump �. Sum $ figures per Lump um (words) g 009. 1 Lift Station Eq ipment C7 uJ,vJ b, U 0✓ �� Lump Sum $ ham✓ per Lump Sum (words) figures wr 010. 1 Mach aal 7- 32, $ I� � Lump Sum 5ej per Lu figures p Sum (words) g rr 011. 1 Ele is �'►N'IP� � r>vy ' �t t(q�, �u cs� �l' u7d�.c� Lump Sum $ per Lump Sum (words) figures 012. 1 Li Fi�nishe uO,vo � /S $Lump Sum /, per Lump Sum (words) figures err CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES East`!alley Lift Station Replacement (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 013. 1 As-Built InfgQr,mation 5, oa Lump Sum $ P, ye— jri� � oyy per Lump Sum (words) figures Subtotal SSA 2�v. t�CI 0* 8.8% Sales Tax 2-1'6 Total v 0 7 rr : J 00 rr r ar r �r .r� err uYrti rr .rr ADDENDUM NO. 1 to the East Valley Lift Station Replacement Project # - WWP-27-2906 FOR THE CITY OF RENTON Bid Opening: June 10,2003 This Addendum forms a part of the bid Documents and modifies the original Bid Documents dated May, 2003, as noted below. The Bidder shall acknowledge receipt of this Addendum in the space provided below and return this Addendum with the Bid. Failure to comply with this requirement shall render the Bid non- responsive and may cause its rejection: This Addendum consists of one page, including this page. ITEM DWG NO.S1(Sheet 5 of 16)currently shows: On the Wetwell Elevation Detail the sidewalk callout note currently states"4 inch thick concrete sidewalk(typical)." DWG NO. S1(Sheet 5 of 16) should show: Callout note should state"6 inch thick concrete sidewalk/pad(typical). See Division 3 Section 9C of the specifications for more information." Addendum Number 1 is hereby made a part of these contract documents and its terms and conditions are fully binding on the plan holder and contractor. The contractor shall acknowledge receipt of this Addendum Number 1 by signing in the.+dace_provided below and attaching it to his or her/iroposal. IVA 1 .' Sincerely, SIGNED:5-20-2003 Mark Miller _._1_......_............. Project Manager a? nab°'_.... ._....._ Received and acknowledged: Contractor Stouder eneral Construction, LLC B Mark Stouder Title Managing Member Date June 10, 2003 J:\data\REN\101-046\Bidding\Addendums\RawDocs Addendum#1\Addendum no.1-City version2.doc BOND TO THE CITY OF RENTON BOND NO. 5311683 KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned STOUDER GENERAL CONSTRUCTION, LLC as principal, and EMPLOYERS MUTUAL CASUALTY COMPANY corporation organized and existing under the laws of the State of IOWA 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$607.321.60 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 in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Washington,this /o?'�A day of ,2003. tis ell Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-03-063 providing for construction of East Valley Lift Station Replacement (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept,the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. STOUDER GENERAL CONSTRUCTION, LLC EMPLOYERS MUTUAL CASUALTY COMPANY Principal Surety Ct���Lxod4�lh .a� , Signature Signature 0 STACY CUTBIRTH eu-, ATTORNEY—IN—FACT IN Title Title /EMCInsurance Companies No. 54 .6:14 P.O. Box 712•Des Moines,IA 50303.0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS,that: 1. Employers Mutual Casualty Company,an Iowa Corporation 5. Dakota Fire Insurance Company,a North Dakota Corporation 2. EM:CASCO Insurance Company,an Iowa Corporation 6. EMC Property&Casualty Company,an Iowa Corporation 3. Union Insurance Company of'�rovidence,an Iowa Corporation 7. The Hamilton Mutual Insurance Company,an Ohio Corporation 4. Illinois EMCASCO Insurance Company,an Iowa Corporation ow hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint: ROBERT E.HEILESEN,KIP W.VANDEVENTER, STACY CUTBIRTH, KAREN SWANSON,JOANNE REINKENSMEYER, HOLLI LAGERQUIST, LISA KERSTETfER, SIMONE U.MCGUIRE, INDIVIDUALLY,TACOMA,WASHINGTON........ ................. its true and lawful attomey-in-fact,with full power and authority conferred to sign,seal,and execute its lawful bonds,undertakings,and other obligatory instruments of a &A AM 5 ME,r;EXCEEDING'TEN MILLION DOLLARS . .......: .. .............. ......................... ... .............w. ($10,000,000.00) and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such,Company,art,d all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. - The authority hereby granted shall expire April 1, 2006 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of,each of he Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto,;'bonds and im undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and(2)to remove any such attorney-in-fact at any time and revoke the power and authority given to him or her.Attomeys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issued to them, to execute and deliver on behalf of the Company,and to attach the seal of the Company thereto, bonds and undertakings,recognizances, contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding,upon this.Company. The facsimile or mechanically reproduced,signature of such officer, whether made heretofore or hereaffe>; wherever appearing upon a certified copy of;any power.of-attorney of the Company,shall be valid and binding upon the Company with the same force and affect as thout3h rnanually affixed., IN LESS WHEREOF,the G� �have caused these�ffts to be signed for each by their officers as shown,and the Corporate!seas to be hereto:,affixed this __—day of Seals Bruce G.Kelley,Chairman Jdffrey S.Birdsley SGp INSUpq AN,E�o of �w c�s-, of Companies 2,3,4,5&6; resident Assistant Secretary 044r o o� P`°flgF of Company 1;Vice Chairman and `-_ - CEO of Company 7 SEAL _ = 1863 1953 per,+ ''L�', IOWA �h?: 17th January 2003 r, On this day of AD before me a q�s;RaM�FC SURAycF QS ;;A;cgs Notary Public in and for the State of Iowa,personally appeared Bruce G.Kelley and Jeffrey S. Q 0OR4 o • Poo, ° P 0 R4,%o . Birdsley,who,being by me duly sworn,did say that they are,and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of = SEAL b SEAL _ :g SEAL = each of The Companies above;that the seals affixed to this instrument are the seals of said corporations;that said instrument was signed and sealed on behalf of each of the Companies THOPKOSP� ••,MOINES��3.��` by authority of their respective Boards of Directors; and that the said.:Bruce G. Kelley and JeffreyS.Birdsley,as such officers,acknowledge the execution of said instrument to be the voluntary act and deed of each of the Companies. . My Commission Expires September 30,2003. <<4 RUTAKRUMr17 Commission Number 176255 My Comm.Exp,Sept.30,2003 Notary Public in and for the State of Iowa CERTIFICATE I,David L.'Hixenbaugh,Vice President of the Companies,do hereb certify that the foregoing resolution of the Boards of Directors by each of the t January 17, 2003 Companies, on behalf of Holli Lagerquist, Lisa`Kerstetter, Simone U.McGuire are true and correct and ale still in fall force and effect. rrr in Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of _ "� ! Vice-President CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE LQey, Genevck CoA1sT1f yc bA) hereby confirms and declares that (Name of contractor/subcontractor/consultant) �; I. It is the policy of �tuud� t G e-1,e�f f ('�/STrr�clt�vto offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race,creed,color,sex,national origin,age,disability or veteran status. II, Stud� Gee, complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. . H. When applicable, S-awd VC &I iA-eYr4 (VAST/f I/CTtp/t-,/ will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Vo,44K sTotjeK Print Agent/Representative's Name �' WIGL�a rN /MZw+bQ'C Print Agen epresentative's Title Agent/Representative's Signature 1�3(- 03 ++ Date Signed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. rr frr i CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this Id day of , 200_j_. by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and STOUDER GENERAL CONSTRUCTION, INC.,hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 120 working days from date I, 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 CAG-03-063) for improvement by construction and installation of: East Valley Lift Station Replacement. 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 Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents,all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement INS b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any we i) Technical Specifications,if any w Y 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such be 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 rr 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 r�r 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 rr said ten (10) day period, cease and terminate in every respect. In the event of any such tennination, 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, to provided,however,that if the surety within fifteen(15)dgys 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 hannless 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. �r 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 it 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 Yrr �w provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 120 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment 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 it 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 err, 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. err iYr w 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. r 12) The total amount of this contract is the sum of $607 321.60 num rs Six Hundred Seven Thousand Three Hundred Twenty One and 60/100 Dollars en woras which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the"Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. it CONTRACTOR CITY OF RENTON Iner/Owner MiKor irr J ATTEST �eetay (7�e�m�JeJr City Clerk dba Firm Name check one ❑ Individual ❑ Partnership ❑ Corporation Incorporated in ko to 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. r rr REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL �i REGIST. # EXP. DATE !' CC011 STOUDGCO26PL 10/12/2003 E� EFFECTIVE' DATE 10/13/1998 j i STOUDER GEN CONSTRUCTION LLC 3381 BROWN RDt:'I FERNDALE WA 98248 { 4 ow aw do iw i1W ST4TE of WASHINGTON ca) ) I @89" SECRETARY of ST4TE 1W I, RALPH MUNRO, Secretary of State of the State of Washington and custodian of its seal, hereby issue this aw CERTIFICATE OF FORMATION aw to wr STOUDER GENERAL CONSTRUCTION LLC a Washington Limited Liability Company. A Certificate of Formation was filed for record in this office on the date indicated below. iw W UBI Number: 601900 345 Date: September 3, 1998 VW 67 Given under my hand and the Seal of the State of Washington at Olympia, the State Capital f-SP 8 0 3 Mph Munro,Secretary of State 2-589677-0 ,.r ;��`S'•`' STATE . APPLICATION TO FORM A F wr�N, Jtiz SECRETARY OF STATE LIMITED LIABILITY COMPANY a f ++• F m :r Ralph Munro, Secretary of State (Per Chapter 25.15 RCM c FEE: $175 E arr •Please PRINT or TYPE in black ink EXPELqLTr�p�q-y OUR)SERVICE AVAILABLE-$20 PER ENTITY u •Sign,date and return original AND ONE COPY to: INCItld WAND WRITE-EXPEDITE"IN BOLD LETTERS S ! C ON OUTSIDE OF ENVELOPE CORPORATIONS DIVISION o `r rlw 505 E.UNION• PO BOX 40234 FON° ' " L OLYMPIA,WA 98504-0234 F I UBI: O ' 00 r � 1 •BE SURE TO INCLUDE FILING FEE.Checks CORPORATIt3TtftY!lMBERa�- ,C 7-r/ should be made payable to"Secretary of State" ��'' 4W L �•i1 IS C Importantl Person to contact about this filing Daytime Phone Number(with area code) u:+ I c., CERTIFICATE OF FORMATION NAME OF LIMITED LI ILITY COMPANY LLC Must contain the word"Limited Liability Com an C' (LLC) ( y p y""Limited liability Co."or"LLC ". S 1 O U QP GC,lerccl Cv JL?/I/ LL ADDRESS OF LLC'S PRINCIPAL PLACE OF BUSINESS Street Address(Required) VO City State W4 ZIP PO Box(Optional-Must be in same city as street address) ZIP(If different than street ZIP) to EFFECTIVE DATE OF LLC(Specified effective date maybe up to 90 days AFTER receipt of the document by the Secretary of State) ❑ Specific Date: Upon filing by the Secretary of State DATE OF DISSOLUTION(Ifapplicable) MANAGEMENT OF LLC IS VESTED IN ONE OR MORE MANAGERS F T o -J dw Yes ❑ No R 0 F �^ >>>PLEASE ATTACH ANY OTHER PROVISIONS THE LLC ELECTS TO INCLUDE<<< c E ` NAME AND ADDRESS OF WASHINGTON STATE GISTERED AGENT u -i s 'p ` } E Name \ \� \U U o y N ` / L do Street Address(Required) 8ro LoAl City State ZIP PO Box(Optional-Must be in same city as street address) ZIP(If different than street ZIP) rllll _ I consent to serve as Registered Agent in the State of Washington for the above named LLC. 1 understand it will be my responsibility to accept Service of Process on behalf of he LLC; to forward mail to the LLC;and to immediately notify the Office of the Secretary of State if I resign or change t e R r Nice Address. � Signature ofAgent Printed Name Date u®1 NAMES ADDRESSES OF EACH PERSON EXECUTING THIS CERTIFICATE (If necessary,attach ad MIonal dd ses) 4W Printed Name__M�I\� \ ��r� Signature �� Address -23 v 1 KJ W"Ll city Fe io,,do' ` Stale w ZIP C rllr Printed Name Ft�t �to L) n l }Z I '� Signature [�GIS F �p 0 33 1 G� 1 r\l� C �,� a L-)uJ V 1t1 iL Address City �- Stale ZIP �/ � ° F � 1 C Printed Name Signature E u s E Address City State ZIP 0 N L Y CORPORATIONS INFORMATION AND ASSISTANCE — 360/753-7115 (TDD — 360/753-1485) 025-001(7191) err U APPLICATION FOR CITY OF RENTON BUSINESS LICENSE RE/'1 COMMERCIAL ��Vit� Business CANNOT o rate until the a2elication has been a roved AUG 1 — Z003 GENERAL BUSINESS LICENSE Required: Every business enterprise, including those with a temporary or T S S sales location, shall first obtain from the Finance Director a general business license for the current calendar year or ,w unexpired portion thereof. A Business License is required for each physical location where jobs occur. The license shall be nontransferable. Reference Renton Municipal Code Title S Chapter S. isiness?ja me&Location n City of Renton License# ,s (Jae(< �1 ev Cl�'lSTll (/���G LLC WA State UBI# 60 ��o `v��✓ N� Contractor's License SrC)(/ �C Q /0V wl� Owner Name and Address � o -3 C -Sg2 z h�A��c Str�Jr �x telephone 3 1� Mailing Address /I RKA1 'T' �� 9�2 r t 33g,, �r��`�/'cl Il Telephone�(� 3ff "3332- `V✓ 2 Date Business to open in City of Renton 9 - 10-03 Address where work to be performed 33557 eRSI ' Rn&8 , /ietv(oitJ uo 1 iergency Names&Telepho e Date work starts "`d4k S7lo Al —3&U- X f, Describe Type of Business: PPE SCHEDULE: 1. Total number of personnel working within Renton City limits: 3 No 2. Total number of hours worked by all personnel within Renton city limits per quarter: S� (quarter being 3 months) Jan-March: April-June: July-Sept: Oct-Dec: 3. Multiplied by rate per hour(.029) s 4. TOTAL FEE: Hours worked by all personnel that equal less than 480 hours in a quarter will be subject to the minimum fee of$13.75 for a quarter. l hereby certify that the statements and information furnished by me on this application are true and complete, to the best of my knowledge. I acknowledge that the statements and information furnished by me on this application are public records and are available f public inspection pursuant to State of Washington RCW 42-17-260. go SIGNATURE: y�,,y�'D 7-3/-03 Fto nt Name: /ll�Tl� S p Date: Title: Wa`'1!. q1'!4 Me4*1 Phone: 3�r�3 S�ZZ FWturn Completed Application with City of Renton License Division payment to: 1055 South Grady Way Renton,WA 98055 , fAr Phone: 425-430-6851 Fax: 425-430-6855 FOR OFFICE USE ONLY 41/A/A4�, Amount How Paid date Planning D* 1�gB' Dept Fire Dept Wr Date �'� ti Da Date 9 D F1Sbl-03 8/02 ���9�C•� �r ACORD 8 ` ,,� M t �Y��_ DATE(MM/DD/YY) �a ��` .. g, . 07/28/2003 PR)DUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bratrud Middleton Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Brokers Inc.-Tacoma Div ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O.BOX 2940 COMPANIES AFFORDING COVERAGE Tacoma,WA 98401-2940 COMPANY A Ohio Casualty Insurance Co. INSURED COMPANY Stouder General B Ohio Casualty Ins. Co. Construction,LLC COMPANY 3381 Brown Road C Ohio Casualty Ins.Co. Ferndale,WA 98248 COMPANY JNP D .. -10.:r� i� ��� l 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. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS TR DATE(MM/DD/YY) DATE(MM/DD/YY) A GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 BH052987810 03 05/28/03 10/12/03 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2,000,000 CLAIMS MADE F OCCUR PERSONAL&ADV INJURY $ 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1.000,000 X WA Stop Gap FIRE DAMAGE(Any one fire) $ 50,000 MED EXP(Any one person) $ 1 000 B AUTOMOBILE LIABILITY BAW52987810 02 10/12/02 10/12/03 COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO IIIIIIIII ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ i X MSC"FILING PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ dA ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ jo `'' EXCESS LIABILITY BX052967810 05/28/02 10/12/03 EACH OCCURRENCE $ 2,000,000 X UMBRELLA FORM AGGREGATE $ 2,000,000 OTHER THAN UMBRELLA FORM $ WCSTATU- OTH-' ■o EMPLOYERS'OMABLSn ION AND WA STATE FUND TORY LIMITS ER EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $ W1 A OTHER Installation BM052987810 10/12/02 10/12/03 $40,000.Limit Floater .rl DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE: East Valley Lift Station Replacement WWP-27-2906/The City of Renton, and It's Officers,Agents,Employees and Volenteers are added as Additional Insureds/Waiver of Subrogaton Applies and Insurance is Primary,Non- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE i1w City of Renton EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1055 South Grady Way 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Renton,WA 98055 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ma 41110 WIN i" YI/ x w 104945 JNP INSURED: Stouder General r DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS-(Continued): Contributory r , rw nw orr" rri irr irr ^Y� _.,�. 3 T�kY ^ z C ,.»,+., •v..... �aa_ x� ..a aw ' ' Insured: Stouder General instruction, LLC ■ and its subsidiaries. Policy: #BK052987810 03 Includes copyrighted material of Insurance Services Office, Inc. , with its permission. r CG 84 16 10 02 Copyright, Insurance Services Office, Inc. , 1995 Page 1 of 6 A,tCV r 1. BLANKET ADDITIONAL INSURED (Owners, Contractors or Lessors) WHO IS AN INSURED (SECTION II) is amended to include as an insured any person or organization whom you are required to name as an i11e additional insured on this policy under a written contract or agreement. The written contract or agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury, " "property damage", or "personal and advertising injury." �r The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: er 1. Arising out of real property, as described in a written contract or agreement, that you own, rent, lease, or occupy; or rr 2. Resulting from your ongoing operations performed for that insured. ' The insurance provided the additional insured in 1.A.2. above does not apply to: as "Bodily injury", "property damage", "personal and advertising injury" or defense coverage under the Supplementary Payments section of the policy arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: top (1) The preparing, approving, or failing to e11 prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. Aw b. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or SO, 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 site 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 er 2 of 10 5/28/2003 3:09 FM aw 20'd ST:ST 9-OOZ 8Z Rew 930 other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. AW E. The limits of insurance applicable to the additional insured are those specified in the written contract or agreement or the limits under this policy, whichever are Wo less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. ►sop C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence � � of the additional insured. Any coverage provided hereunder shall be excess over any other 9 valid and collectible insurance available to the additional too insured whether primary, excess, contingent or on any other basis unless the written contract or agreement specifically ,s„ requires that this insurance be primary or you request that it apply on a primary basis. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU + + RENT If Damage To Premises Rented To You under Coverage A. is not otherwise excluded from this policy, the following applies: A. The last paragraph of SECTION I - COVERAGE A.2. Exclusions is replaced by the following: r Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in - LIMITS OF INSURANCE (SECTION III) . B. Paragraph 6 of SECTION III - LIMITS OF INSURANCE is replaced by the following: Atop 6. Subject to 5. above, the higher of $300,000 or the rr Damage To Premises Rented To You Limit is the most we will pay under Coverage A. for damages because of 11property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph 4.b(1) (b) of OTHER INSURANCE, SECTION IV - CONDITIONS is replaced by the following: (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owners Included copyrighted material of Insurance Services Office, Inc. , with its permission. CO 84 16 10 02 Copyright, Insurance Services Office, Inc. , 1995 Page 2 of 6 D. Paragraph 9.a. of the definition of "insured contract" under SECTION V - DEFINITIONS is replaced by the following: 3 of 10 5/28/2003 3.09 PM " bo•d ST:ST 2002 sz fipw 900 .e The following is added to Paragraph 14, "Personal and Advertising Injury" of Section V - DEFINITIONS: h. discrimination or humiliation that result in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: estop (1) not done intentionally by or at the direction of: (a) an insured; or (b) any "executive officer" director, stockholder, partner or member of the insured; and (2) not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. ;e„ Subparagraph b. and c. of Paragraph 2., EXCLUSIONS of SECTION I - COVERAGE a - PERSONAL AND ADVERTISING INJURY LIABILITY are replaced by the following: do 2. EXCLUSIONS This insurance does not apply to: + b. MATERIAL PUBLISHED WITH KNOWLEDGE OF FALSITY "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic s publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. MATERIAL PUBLISHED PRIOR TO POLICY PERIOD "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic ow publication of material whose first publication took place before the beginning of the policy period; r►top +w Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 16 10 02 Copyright, Insurance Services Office, Inc., 1995 Page 3 of 6 rr Subparagraph e. , Exclusions of Section I - COVERAGE 8 - PERSONAL AND ADVERTISING INJURY LIABILITY is deleted. 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under LIMITS OF INSURANCE (SECTION 111) applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, r waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your projects away from premises owned by or rented to you. 5 of 10 5/28/2003 3:09 PM SO'd ST:ST £OOz 8z Rew 930 employee. 12. BODILY INJURY e� Paragraph 3. of the definition of "bodily injury" in the SECTION V - DEFINITIONS is replaced by the following: ..top 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. 13. AIVER OF TRANSFER OF RIGHTS Of RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit „r anyone not named in the agreement. 14. MEDICAL PAYMENTS err If COVERAGE C MEDICAL PAYMENTS is not otherwise excluded, the Medical Expense limit provided by this policy shall be the greater of: A. $10,000; or B. The amount shown in the declarations. r 15. BROAD NAKED INSURED Paragraph 2.a. (1) (d) of SECTION II - WHO IS AN INSURED is replaced by the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to nurses, emergency medical technicians or paramedics who are employed by you to provide medical or paramedical services. A top The following is added to Paragraph 2., of Section II - WHO IS AN err INSURED: Any subsidiary and subsidiary thereof, of yours which is a legally incorporated entity of which you own a financial rr„ interest of more than 50% of voting stock on the effective date of this Coverage Part. The insurance afforded herein for any subsidiary not named in this Coverage Part as a Named Insured does not apply to injury or damage with respect to which an Insured under this Coverage Part is also an Insured under another policy or would be an Insured under such policy but for its termination or the exhaustion of its Limits of Insurance. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CG 84 16 10 02 Copyright, Insurance Services Office, Inc., 1995 Page 5 of 6 16. BROADENED MOBILE EQUIPMENT Paragraph 12.f. (l) of SECTION V - DEFINITIONS is replaced by the following: (1) equipment designed primarily for: a of 10 5/28/2003 3:09 PM a" 90'd ST:si 000 8z 900 JUL, 28. 2003 7: 22AM HP LRSERJET 3200 P•4 City of Renton: ' . Human Resources &i Risk Management,.DPaiment Insiurance Infarcrlatlan Fort do FOR:wit Station Renlacement.6 do PROJECTNUMBER:.. 'WW_ =21 7"29p . STAFF CONTACT:1Vlil�eLeryoit�Lx-72(16l CertMcW:of Imuranee indicates the cnvemges/liaata specified-in CYes ]. No contract'! Are..the following.cov ages and/or conditions in cffect'1 �.Yes The Coc:mer I General Liability policy form is an ISO 1993. Yes NO' , Occurrence Forin or EquivaW ; (If- attach a copy of the pplicy with n:guu-ed coverages clearly 'ideriti5ed) CG 0043 Ainendatory Fndorse>mt provided?* Yes Gmem I Aggregate provided.on a"per project basis(CG2503)?* 'des � No Additional Insured wording provided?* Yes El No basis and don-contributing basis?* Yes ] No C'ovcrage on a prltnary Waive of Swwagation Clause applies?* Yes ❑ Nv Seve ul aity c f Interest C.layse(Cross Liability)applies? C•Yes PIo Notice of Cancellatiom/Non-Renewal amended to 45 days?* Yes 0.NQ *To bc.shmm on'cert#lcate of-insurance* rr AM BEST'S RATING FOR CARRIER Aato U r 61. �-/� tnb Professional This Questionnaire is issued as a matter of infonr�ation. 'Phis gyesdonngire is.not an.Insuraaoe policy and does not MM shall or.alter the.coverage worded by the P046c.a iidicated on the attached.CF,RTIFICA'Ii:©1r INSURANCE. The CITY OF RENTON,. at its option, shall:obtain copies of the polices and/or specific . declarationpages.FROM awarded'bidder prior to execution of contract. Agency/Brflkcr Completed BY(Type or PrintNaooe) Address Pomp,1Ett41 ( gastura) !C �l/Ltia-�f=2tpf /? Z Z-o O a Dumber. Warne of person to contact o NOM. 77US Qi/ESTIOI4N�IRE AdMT BE COMPLETED FOR EACH i;•NE OF CQVERAGLc' AND � 47TAC EP TO C,GR71FICAPGE OFIMUR4NCE ' JUL 28 2003 7: 14RM HP LRSERJET 3200 p.5 rrr ENDORSEMENT 1 �r In consnderaron of the pfemium charged;it is hereby agreed and.understood that Policy.Number k52G1 SIC?C� , issued. byC'fti'CL Insurance: Company, is arriendcd.to include the following terms and-9ondi&6s as respects Contract Number CAG-03-06 issued by the City of Renton w (OWNER).' 1. ADDMONAL INSURED. The. OWNER their elected or appointed officers, officials, employees, rr sabconsultants,and vohm eers are included as additionally insured with regard to damages.and defense of claims.arising from (a)-uovities performed by or on behalf of the NAMED INSURED;or(b)products and. completed operatieas of the NAMED INSURED, of(c).premises owned, leased or used by#*,NAMED INSURED. 2. CONTRIKMON NOT REQUIRED. As respects: (a)words perfomud by the NAMED WSURIKD.for.or on behalf of the OWNER;or-(b)products sold by the NAMED INSURED to the OWNER;or(c)premises lensed by the NAMED INSURED from the OWNER,the insurance afforded by this policy shall be.pximary insurance as respects the.OWNER, or any other insured; .its elected a5 appointed o�cers; .officialq .employee„subconsultants or volunteers;or stand in an un6mken chain of coverage excess of the NAMED INSUREDWS scheduled underlying primary coverage. In eitber event;any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, oft+rcials, tmpioyeos, subcoasultaots or volunteers shall be in excess of this insurance and shall not contribute with it. .3. SEVI"BILM Op EMREST. The inclusiorn of more`than one Insured under 1las policy,shall not r affect,ft rights of any litstired as respects any claim,suit or j udgnuent made of brouglit by xn€or any other Invred or by or for any.employco of arty other Insured: This policy shall protect each Insured in the same . nun= as through a separate policy had been issued.to each,except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the eotrapany would have been ` liable had only one' nsured been named. 4. C`ANCXLLATEON N@T10E. The insurance afforded by this policy. shall-not be suspended, voided, canceled;reduced is coverage or in limits exevpt after FORTY.-FIVE (45) days' prior written notice by certified mail return receipt requested has been.given to.lbe OWNER. Such notice shall be addressed to(a) the OWNER and(b)the CONTRACTOR. 5.. CLAIM REPORTING, The OWNS has no obligation to report occurrences unless a.claim has.been filed with the IOWNEIL 6. AGGREGATE LD4W. The General Aggregate Linit undid'Limmits of.Insuiance.applies separately to the above tamed contract for the above named OWNER. 1'. zi Mh1tok K. Date Au$odztd .'Owe w Signahue �r -Tilswtet+Ce�lc�Qpc1. ar .rr �r PREVAILING MINIMUM HOURLY WAGE RATES RATES.D00 KING County- Effective: 3/5/2003 Page 1 of 11 ON State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. KING County Effective 3/5/2003 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.86 1 M 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $36.87 1 M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $16.67 1 aw CARPENTERS ACOUSTICAL WORKER $37.01 1M 5D aw BRIDGE, DOCK AND WARF CARPENTERS $36.85 1M 5D CARPENTER $36.85 1M 5D CREOSOTED MATERIAL $36.95 1M 5D iW DRYWALL APPLICATOR $36.79 1M 5D FLOOR FINISHER $36.98 1M 5D AN FLOOR LAYER $36.98 1M 5D FLOOR SANDER $36.98 1M 5D MILLWRIGHT AND MACHINE ERECTORS $37.85 1M 5D r PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND $37.05 1M 5D WELDING 4W SAWFILER $36.98 1M 5D SHINGLER $36.98 1M 5D N" http://www.Ini.wa.gov/prevailingwage/J*wages/20031/col7.htm 03/06/2003 ow KING County-Effective: 3/5/2003 Page 2 of l l STATIONARY POWER SAW OPERATOR $36.98 1 M 5D STATIONARY WOODWORKING TOOLS $36.98 1M 5D CEMENT MASONS JOURNEY LEVEL $37.89 1 M 5D DIVERS & TENDERS DIVER $78.52 1M 5D 8A DIVER TENDER $39.62 1 M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 1B 5D 8L ASSISTANT MATE (DECKHAND) $36.78 1 B 5D 8L BOATMEN $37.22 1 B 5D 8L ENGINEER WELDER $37.27 1 B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B 5D 8L MAINTENANCE $36.78 113 5D 8L MATES $37.22 1B 5D 8L OILER $36.88 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $36.64 1J 513 am ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 ELECTRICIANS - INSIDE CABLE SPLICER $48.36 1D 6H CABLE SPLICER (TUNNEL) $52.24 1D 6H CERTIFIED WELDER $46.59 1D 6H CERTIFIED WELDER (TUNNEL) $50.30 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $44.83 ID 6H JOURNEY LEVEL (TUNNEL) $48.36 1D 6H *A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS -POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A wti HEAD GROUNDPERSON $32.34 4A 5A HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A JACKHAMMER OPERATOR $32.34 4A 5A JOURNEY LEVEL LINEPERSON $42.90 4A 5A LINE EQUIPMENT OPERATOR $36.21 4A 5A POLE SPRAYER $42.90 4A 5A r http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 03/06/2003 KING County- Effective: 3/5/2003 Page 3 of 11 aw POWDERPERSON $32.34 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.35 2K 6S FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS „ JOURNEY LEVEL $26.18 1M 5D GLAZIERS JOURNEY LEVEL $37.46 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $37.93 1 F 5E .w HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS & MASON TENDERS so JOURNEY LEVEL $31.34 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $32.28 1 K 513 COOK $28.31 1 K 513 DECKHAND $27.65 1 K 513 jw ENGINEER/DECKHAND $29.95 1 K 513 MATE, LAUNCH OPERATOR $31.25 1 K 513 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL ON CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.01 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $36.85 1M 5D IRONWORKERS JOURNEY LEVEL $39.02 113 5A '�'` http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 03/06/2003 KING County-Effective: 3/5/2003 Page 4 of l l LABORERS ASPHALT RAKER $31.34 1M 5D BALLAST REGULATOR MACHINE $30.86 1M 5D BATCH WEIGHMAN $26.18 1M 5D CARPENTER TENDER $30.86 11M 5D CASSION WORKER $31.70 1M 5D a* CEMENT DUMPER/PAVING $31.34 11M 5D CEMENT FINISHER TENDER $30.86 1M 5D CHIPPING GUN (OVER 30 LBS) $31.34 11M 5D CHIPPING GUN (UNDER 30 LBS) $30.86 1M 5D CHUCK TENDER $30.86 1M 5D CLEAN-UP LABORER $30.86 1M 5D CONCRETE FORM STRIPPER $30.86 1M 5D +rw CONCRETE SAW OPERATOR $31.34 1M 5D CRUSHER FEEDER $26.18 1M 5D CURING LABORER $30.86 1M 5D DEMOLITION, WRECKING & MOVING (INCLUDING $30.86 1M 5D CHARRED MATERIALS) DITCH DIGGER $30.86 11M 5D DIVER $31.70 1M 5D DRILL OPERATOR HYDRAULIC, DIAMOND ( ) $31.34 1 M 5D DRILL OPERATOR, AIRTRAC $31.70 1M 5D DUMPMAN $30.86 1M 5D +r FALLER/BUCKER, CHAIN SAW $31.34 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window $23.86 1M 5D cleaning; NOT construction debris cleanup) FINE GRADERS $30.86 1M 5D FIRE WATCH $30.86 1M 5D �r FORM SETTER $30.86 1M 5D GABION BASKET BUILDER $30.86 1M 5D GENERAL LABORER $30.86 1M 5D GRADE CHECKER & TRANSIT PERSON $31.34 1M 5D GRINDERS $30.86 1M 5Dr GROUT MACHINE TENDER $30.86 1M 5D HAZARDOUS WASTE WORKER LEVEL A $31.70 1M 5D HAZARDOUS WASTE WORKER LEVEL B _ _ $31.34 1M 5D HAZARDOUS WASTE WORKER LEVEL C $30.86 1M 5D HIGH SCALER $31.70 1M 5D HOD CARRIER/MORTARMAN $31.34 1M 5D JACKHAMMER $31.34 1M 5D LASER BEAM OPERATOR _ ' $31.34 1M 5D MINER $31.70 1M 5D http://www.Ini.wa.gov/prevailingwage/J*wages/20031/col7.htm 03/06/2003 KING County- Effective: 3/5/2003 Page 5 of 11 .► NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN $31.34 1 M 5D USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $31.34 1M 5D PILOT CAR $26.18 1M 5D PIPE RELINER (NOT INSERT TYPE) $31.34 1 M 5D PIPELAYER & CAULKER $31.34 1M 5D PIPELAYER & CAULKER (LEAD) $31.70 1M 5D PIPEWRAPPER $31.34 1M 5D w POT TENDER $30.86 IM 5D POWDERMAN $31.70 1M 5D POWDERMAN HELPER $30.86 1M 5D #w POWERJACKS $31.34 1M 5D RAILROAD SPIKE PULLER (POWER) $31.34 1M 5D RE-TIMBERMAN $31.70 1M 5D RIPRAP MAN $30.86 1M 5D SIGNALMAN $30.86 1M 5D aw SLOPER SPRAYMAN $30.86 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $31.34 1 M 5D s. SPREADER (CONCRETE) $31.34 1M 5D STAKE HOPPER $30.86 1M 5D STOCKPILER $30.86 IM 5D to TAMPER & SIMILAR ELECTRIC, AIR & GAS $31.34 1 M 5D TAMPER (MULTIPLE & SELF PROPELLED) $31.34 1M 5D to TOOLROOM MAN (AT JOB SITE) $30.86 IM 5D TOPPER-TAILER $30.86 1M 5D Aw TRACK LABORER $30.86 1M 5D TRACK LINER (POWER) $31.34 1M 5D TUGGER OPERATOR $31.34 1M 5D wo VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $30.86 IM 5D VIBRATOR $31.34 1M 5D WELDER $30.86 1M 5D WELL-POINT LABORER $31.34 1 M 5D LABORERS - UNDERGROUND SEWER &WATER GENERAL LABORER $30.86 1M 5D PIPE LAYER $31.34 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK $10.63 1 w DRIVERS LANDSCAPING OR PLANTING LABORERS $8.42 1 '"` http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 03/06/2003 KING County-Effective: 3/5/2003 Page 6 of l l LATHERS JOURNEY LEVEL $36.79 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) FITTER $15.86 1 " LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 40 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 at WELDER $11.56 1 PAINTERS ti JOURNEY LEVEL $29.53 2B 5A PLASTERERS JOURNEY LEVEL $37.48 1R 5A ' PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 �w PLUMBERS & PIPEFITTERS JOURNEY LEVEL $46.81 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $35.14 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $37.60 1T 5D 8L , BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 $38.04 1T 5D 8L YD) BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $38.54 1T 5D 8L ATTACHMENTS) BACKHOES, (75 HP & UNDER) $37.24 IT 5D 8L BACKHOES, (OVER 75 HP) $37.60 1T 5D 8L BARRIER MACHINE (ZIPPER) $37.60 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $37.60 1T 5D 8L BELT LOADERS (ELEVATING TYPE ) $37.24 1T 5D 8L BOBCAT $35.14 1T 5D 8L BROOMS _ _ _ $35.14 1T 5D 8L BUMP CUTTER $37.60 1T 5D 8L http://www.Ini.wa.gov/prevailingwage/J*wages/20031/co 17.htm 03/06/2003 KING County-Effective: 3/5/2003 Page 7 of 11 mw CABLEWAYS $38.04 1T 5D 8L CHIPPER $37.60 1T 5D 8L so COMPRESSORS $35.14 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $35.14 1T 5D 8L CONCRETE PUMPS $37.24 1T 5D 8L wo CONCRETE PUMP-TRUCK MOUNT WITH BOOM $37.60 1T 5D 8L ATTACHMENT o CONVEYORS $37.24 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $37.24 1T 5D 8L CRANES, 20 -44 TONS, WITH ATTACHMENTS $37.60 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM $38.04 1T 5D 8L (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM $38.54 1T 5D 8L (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM $39.04 1T 5D 8L (INCLUDING JIB WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $35.14 1T 5D 8L CRANES, A-FRAME, OVER 10 TON $37.24 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING $39.54 1T 5D 8L JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 -44 TONS) $37.60 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $38.04 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $38.54 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO $38.54 1T 5D 8L BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO $39.04 1T 5D 8L BOOM CRUSHERS $37.60 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $37.60 1T 5D 8L DERRICK, BUILDING $38.04 1T 5D 8L DOZERS, D-9 & UNDER $37.24 1T 5D 8L ' DRILL OILERS -AUGER TYPE, TRUCK OR CRANE MOUNT $37.24 1T 5D 8L DRILLING MACHINE $37.60 1T 5D 8L .► ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE $35.14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $37.24 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR $37.60 1T 5D 8L "" EQUIP FORK LIFTS, (3000 LBS AND OVER) $37.24 1T 5D 8L vp FORK LIFTS, (UNDER 3000 LBS) $35.14 1T 5D 8L GRADE ENGINEER $37.24 1T 5D 8L GRADECHECKER AND STAKEMAN $35.14 1T 5D 8L 4' HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR $37.24 1T 5D 8L TUGGERS to http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 03/06/2003 mw KING County-Effective: 3/5/2003 Page 8 of 11 HORIZONTAUDIRECTIONAL DRILL LOCATOR $37.24 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $37.60 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $35.14 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $37.24 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $38.04 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $38.54 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $37.60 1T 5D 8L LOCOMOTIVES, ALL $37.60 1T 5D 8L MECHANICS, ALL (WELDERS) $37.60 1T 5D 8L MIXERS, ASPHALT PLANT $37.60 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $37.60 1T 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $37.24 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR $38.04 1T 5D 8L SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH $35.14 1T 5D 8L SEEDING OPERATOR ► PAVEMENT BREAKER $35.14 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $37.60 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $37.24 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $35.14 1T 5D 8L POWER PLANT $35.14 1T 5D 8L PUMPS, WATER $35.14 1T 5D 8L QUAD 9, D-10, AND HD-41 $38.04 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED $38.04 1T 5D 8L EARTH MOVING EQUIP RIGGER AND BELLMAN $35.14 1T 5D 8L ROLLAGON $38.04 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $35.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $37.24 1T 5D 8L ROTO-MILL, ROTO-GRINDER $37.60 1T 5D 8L SAWS, CONCRETE $37.24 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $37.60 1T 5D 8L ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $38.04 1T 5D 8L ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $37.24 1T 5D 8L �r► SCREED MAN $37.60 1T 5D 8L SHOTCRETE GUNITE $35.14 1T 5D 8L SLIPFORM PAVERS $38.04 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $37.60 1T 5D 8L SUBGRADE TRIMMER $37.60 1T 5D 8L TRACTORS, (75 HP & UNDER ) $37.24 1T 5D 8L http://www.Ini.wa.gov/prevailingwage/jwages/20031/col7.htm 03/06/2003 KING County- Effective: 3/5/2003 Page 9 of 11 aw TRACTORS, (OVER 75 HP) $37.60 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $37.60 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $38.04 1T 5D 8L TRENCHING MACHINES $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $37.60 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $35.14 1T 5D 8L YO YO PAY DOZER $37.60 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER &WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $31.05 4A 5A SPRAY PERSON $29.39 4A 5A TREE EQUIPMENT OPERATOR $29.79 4A 5A TREE TRIMMER $27.60 4A 5A " TREE TRIMMER GROUNDPERSON $20.28 4A 5A REFRIGERATION &AIR CONDITIONING MECHANICS 40 MECHANIC $44.76 1 G 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $36.64 1J 513 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $25.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $44.76 1G 5A RESIDENTIAL SHEET METAL WORKERS "" http://www.Ini.wa.gov/prevailingwage/J*wages/20031/col7.htm 03/06/2003 KING County- Effective: 3/5/2003 Page 10 of l l JOURNEY LEVEL (FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $30.58 1 B 5A swi RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $24.86 1 B 5C RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $34.23 1 H 5A ROOFERS JOURNEY LEVEL $33.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $36.78 1R 5A SHEET METAL WORKERS +r�r JOURNEY LEVEL (FIELD OR SHOP) $42.63 1J 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) 40 SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $30.58 113 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $44.84 1 B 5C STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 " SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION -OUTSIDE ` CABLE SPLICER $25.42 2B 5A HOLE DIGGER/GROUND PERSON $13.51 213 5A INSTALLER (REPAIRER) $24.31 213 5A JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $25.42 213 5A SPECIAL APPARATUS INSTALLER II $24.87 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 213 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A http://www.Ini.wa.gov/prevailingwage/J*wages/20031/col7.htm 03/06/2003 KING County - Effective: 3/5/2003 Page 11 of 11 �. TELEVISION GROUND PERSON $12.73 2B 5A TELEVISION LINEPERSON/INSTALLER $17.47 2B 5A TELEVISION SYSTEM TECHNICIAN $21.10 2B 5A TELEVISION TECHNICIAN $18.82 2B 5A TREE TRIMMER $23.53 213 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $34.23 1H 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $28.06 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $28.97 1K 5A TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $34.89 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $35.47 1T 5D 8L DUMP TRUCK $34.89 1T 5D 8L DUMP TRUCK & TRAILER $35.47 1T 5D 8L OTHER TRUCKS $35.47 1T 5D 8L w� TRANSIT MIXER $23.45 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 4w W ow 4. *w ow tw http://www.lni.wa.gov/prevallingwage/jwages/20031/col7.htm 03/06/2003 low FABRICATED PRECAST CONCRETE PRODUCTS - Effective: 3/5/2003 Page 1 of 2 .. State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts aw 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 by clicking on the benefit code. FABRICATED PRECAST CONCRETE PRODUCTS aw Effective 3/5/2003 .r Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: • ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 aw Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA w, ALL CLASSIFICATIONS $8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, ow PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $11.35 2K 6S Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM �. http://www.Ini.wa.gov/prevailingwage/J*wages/20031/FABR.htm 03/06/2003 FABRICATED PRECAST CONCRETE PRODUCTS - Effective: 3/5/2003 Page 2 of 2 ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.65 1 LABORER $7.01 1 PRODUCTION WORKER $7.15 1 0 http://www.lni.wa.gov/prevailingwage/J*wages/20031/FABR.htm 03/06/2003 INDUSTRIAL ENGINE AND MACHINE MECHANICS - Effective: 3/5/2003 Page 1 of 1 err State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone (360)902-5335 PO Box 44540, Olympia,WA 98504-4540 w Washington State Prevailing Wage Rates for Public Works Contracts .. The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided by clicking on the benefit code. wr INDUSTRIAL ENGINE AND MACHINE MECHANICS Effective 3/5/2003 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: fa ADAMS, ASOTIN, BENTON, CHELAN, CLALLAM, CLARK, COLUMBIA, COWLITZ, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, KLICKITAT, LEWIS, LINCOLN, MASON, OKANOGAN, PACIFIC, PEND OREILLE, + • PIERCE, SAN JUAN, SKAGIT, SKAMANIA, SNOHOMISH, SPOKANE, STEVENS, THURSTON, WAHKIAKUM, WALLA WALLA, WHATCOM, WHITMAN AND YAKIMA MECHANIC $15.65 1 w or am ow ow 40 w http://www.lni.wa.gov/prevailingwage/jwages/20031/INDE.htm 03/06/2003 METAL FABRICATION(IN SHOP) -Effective: 3/5/2003 Page 1 of 3 wr State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540, Olympia, WA 98504-4540 ow Washington State Prevailing Wage Rates for Public Works Contracts .r 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 by clicking on «r the benefit code. METAL FABRICATION (IN SHOP) ow Effective 3/5/2003 aw Benefit Code Key ow Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: a, ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 ow LABORER $8.13 1 MACHINE OPERATOR $12.66 1 40 PAINTER $10.20 1 Counties Covered: BENTON LABORER $7.06 1 MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 Counties Covered: aw CHELAN FITTER $15.04 1 LABORER $8.77 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 sw WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC, SAN JUAN AND SKAG IT FITTERIWELDER $15.16 1 "r http://www.Ini.wa.gov/prevailingwage/J*wages/20031/META.htm 03/06/2003 METAL FABRICATION(IN SHOP) -Effective: 3/5/2003 Page 2 of 3 LABORER $11.13 1 " ` MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 r Counties Covered: CLARK FITTER $23.69 1 J 6U LABORER $17.21 1J 61-1 LAYEROUT $24.06 1 J 6U MACHINE OPERATOR $17.86 1J 6U PAINTER $20.51 1 J 6U WELDER $23.13 1J 6U " Counties Covered: COWLITZ FITTER $21.99 1 B 6V LABORER $15.87 1 B 6V MACHINE OPERATOR $21.99 1B 6V WELDER $21.99 1B 6V Counties Covered: , GRANT FITTER/WELDER $10.79 1 PAINTER $7.45 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 rr PAINTER $11.10 1 WELDER $15.48 1 Counties Covered: KITSAP FITTER $26.96 1 LABORER $7.01 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KLICKITAT, SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 http://www.Ini.wa.gov/prevailingwage/jwages/20031/META.htm 03/06/2003 METAL FABRICATION(IN SHOP) -Effective: 3/5/2003 Page 3 of 3 No LABORER $9.25 1 MACHINE OPERATOR $13.98 1 to WELDER $13.98 1 Counties Covered: SNOHOMISH go FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: • SPOKANE FITTER $12.59 1 LABORER $7.98 1 w — MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 • WELDER $10.80 1 Counties Covered: THURSTON FITTER $22.51 1R 6T LABORER $14.56 1R 6T LAYEROUT $24.49 1R 6T MACHINE OPERATOR $17.53 1R 6T WELDER $20.51 1R 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 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 4w http://www.Ini.wa.gov/prevailingwage/jwages/20031/N4ETA.htm 03/06/2003 SHEET METAL WORKERS -Effective: 3/5/2003 Pagel of 2 ow State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 ww PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts .r 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 by clicking on ow the benefit code. �wr SHEET METAL WORKERS `mow Effective 3/5/2003 ow Benefit Code Kev 4W Prevailing Overtime Holiday Note Classification Wage Code Code Code Counties Covered: to ADAMS, ASOTIN, CHELAN, DOUGLAS, FERRY, GRANT, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL (FIELD OR SHOP) $32.00 1B 5A Counties Covered: BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA AND YAKIMA JOURNEY LEVEL (FIELD OR SHOP) $35.76 1B 5A Counties Covered: CLALLAM, COWLITZ, GRAYS HARBOR, KING, KITSAP, MASON, PACIFIC, PIERCE, aww SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL (FIELD OR SHOP) $42.63 11 6L Counties Covered: 40 CLARK AND SKAMANIA JOURNEY LEVEL (FIELD OR SHOP) $40.60 1B 5A 4, Counties Covered: ISLAND JOURNEY LEVEL (FIELD OR SHOP) $23.11 1 ow Counties Covered: JEFFERSON JOURNEY LEVEL (FIELD OR SHOP) $33.53 1 'w Counties Covered: KLICKITAT JOURNEY LEVEL (FIELD OR SHOP) $23.29 1 Counties Covered: LEWIS http://www.Ini.wa.gov/prevailingwage/jwages/20031/SHEE.htm 03/06/2003 w SHEET METAL WORKERS -Effective: 3/5/2003 Page 2 of 2 JOURNEY LEVEL (FIELD OR SHOP) $23.81 1 Counties Covered: OKANOGAN JOURNEY LEVEL (FIELD OR SHOP) $37.53 1 Counties Covered: SAN JUAN w JOURNEY LEVEL (FIELD OR SHOP) $36.65 1J 5G Counties Covered: SKAGIT JOURNEY LEVEL (FIELD OR SHOP) $21.00 1 Counties Covered: WHATCOM JOURNEY LEVEL (FIELD OR SHOP) $24.63 1 .r w +rr http://www.Ini.wa.gov/prevailingwage/jwages/20031/SHEE.htm 03/06/2003 Prevailing Wage Rates -Washington State Department of Labor and Industries-L&I Page I of I Rates Prevailing Wage Online Survey Building a better web with prevailing Wage rates for public works contracts are published: you. >First business day of February (effective 30 days later) >First business day of August (effective 30 days later) r Provided by Gaggle The prevailing wage rates in effect on the bid opening date are the prevailing wage rates that apply to that project, no matter how long it lasts, unless the Prevailing Wage Home contract is awarded more than six months after the bids were due. For those Wage Rates contracts where award was delayed more than six months, the prevailing wage rates in effect on the date of the award shall apply for the duration of General Information the Contract. 4W Forms and Publications Search hints: Building Service Employees and Shipbuilding & Ship Repair Electronic Filing rates can be found only in TRADE documents, not in COUNTY documents. e11 Residential rates can be found both in COUNTY and TRADE documents. View Approved Forms ' Scopes of Work ..r Laws and Rules 1. Select an Effective Date Debarred Contractors 3/05/03 "" NEW! Rates effective March 5,2003 Wage Surveys 2, Select a County or a Trade Prevailing Wage (then click on Journeyman or Apprentice) 'Advisory Committee Employment Wage Rates by COUNTY to Standards Construction KING Compliance tic Find a Contractor ��U ' Specialty Compliance Wage Rates b TRADE Home g y twr L&I Nome ISIGN MAKERS& INSTALLERS(NON-ELECTRICAL) Contact Us b , ! N es . _ . 4W ��� ws�hlnOtal Use of this Web site, its applications and connections subject to L&I Web Usage Policy, including tirowas �g"tl Ski is Access Agreement,Privacy&Security Statement,Intended Use/Extemal Content Policy '�IE�Email the Webmaster w Copyright©1995-2003 Washington State Department of Labor and Industries-All Rights Reserved rrr http://www.Ini.wa.gov/prevailingwage/prev_wage_rates.htm 03/06/2003 wr Department of Labor and Industries HATE STATEMENT OF INTENT TO err Prevailing Wage � A� PAY PREVAILING WAGES (360)902-5335 , ��y°= Public Works Contract www.lni.wa.gov/prevailing wage $25.00 Filing Fee Required rrr •This form must be typed or printed in ink. Project Name contract a •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) go APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 dw Awarding Agency Project Contact Person Phone# County when:work will be performed I City where work will be performed r� Bid due date (m/d/y) Date contract awarded (m/d/y) dw Prime contractor(has contract with the public agency) Contractor Registration No. Do you intend to use subcontractors? Do you intend to use apprentices? Yes Cl No ❑Yes Q No Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. riff Hourly Pay fringe benefits of workers aw Ylr ow No Company name,address,city,state,ZIP+4 Indicate total dollar amount rr of your contract $ I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the "w Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature to Email address Phone number For.I:&l U*. ( ) Check Number Amount. For L&I Use Daly APPROVED: Department of Labor and Industries Issued By` Err 00 By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 2-02 After APPROVAL. send white copy to Awarding Agency. Canary copy-L&I rw Department of Labor and Industries �a.�,Tt A AFFIDAVIT OF WAGES PAID Prevailing Wage 01' (360)902-5335 py�= Public Works Contract www.ini.wa.gov/prevalingwage y`'°°°� $255.00 Filing Fee Required •This form must be typed or printed in ink. Project Name contract# •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 Working days for processing. Contract Awarding Agency(public agency-not federal or private) p... ;. i Ul: Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Gall Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Mali Bid due date (m/d/y) Date contract awarded (m/d/y) tali Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed (m/d/y) Craft/tradeloccupation and apprentices(For apprentices,give name, Number Total#hrs Rate of 1 Rate of hourly trrr registration#,trade,dates of work on project and stage of progression) of Workers €worked-ea trade Hourly Pay i fringe benefits i t1w f { i i f i 1 i I Ian i Company name,address,city,state,ZIP+4 Indicate total dollar amount aw of your contract ...-_____..._ .... .._ ... .............. . .. .._.. _.. y fy I hereby certify that the above information is correct and that all ...... ......... .. _. ......... workers I employed on this Public Works Project were paid no ._............ less than the Prevailing Wage Rate(s) as determined by the asi Industrial Statistician of the Department of Labor and Industries. Contractor Registration No, UBI Title Signature to Email address Phone number ( ) Check Number: Amount: aiir CERTIFIED: Department of Labor and Industries Issued By: ar it By Industrial Statistician F700-007-000 affidavit of wages 2-02 After APPROVAL. send white copy to Awarding Agency. Canary copy-L&I wr CERTIFICATION OF PAYMENT OF PREVAILING WAGES �r Date: Ref: Pay Estimate No. +rr Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in %W accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor&Industries. This form will be executed and submitted prior to or with the last pay request. to Company Name #r By: wo Title: 4W err or 4W tw W ow rr ow 40 18 INTNT.DOC\ err 11w is Yr Tyr sir ow CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS i No ow SUPSPEC.DOC\ �r .� CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction(hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans aw The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans dr created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. to Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used fAN together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with Ow a line through the characters. (his is-ds!@W 4 All replacement text or text being added is shown as underlined I tie. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment " produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. " (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be Ow examined and copied by any interested party. r- Page-RS-i ... Revision Date:May 19, 1997 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i Division 1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms..................................................................................................... 1 1-02 Bid Procedures and Conditions..........................................................................................2 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work..........................................................................................................3 1-05 Control of Work............................................................................................................3 1-06 Control of Material.........................................................................................................7 1-07 Legal Relations and Responsibilities to the Public..................................................................7 1-08 Prosecution and Progress 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................19 Division 2 Earthwork.................................................................................:.......................................22 2-02 Removal of Structures and Obstructions.............................................................................22 an2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 2-06 Subgrade Preparation....................................................................................................23 2-09 Structure Excavation......................................................................................................23 Yrr Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 3 No supplemental specifications were necessary........................................................................25 rrr Division 4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 aw Division 5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement.............................................................................................26 Division 6 Structures..........................................................................................................................29 dig 6-12 Rockeries ...29 ................................................................................................................. Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................30 7-01 Drains........................................................................................................................30 7-02 Culverts.....................................................................................................................30 7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 an7-05 Manholes,Inlets,and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc.,Bedding,and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains ....................................................................................34 ar7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers...........................................................................................................39 Division 8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................40 8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems................................................. .........................................41 +ar 8-20 Illumination,Traffic Signal Systems, and Electrical....................... .......................................41 8-22 Pavement Marking........................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 t. Page-RS-ii Revision Date:May 19, 1997 ar toDivision 9 Materials...........................................................................................................................49 9-00 Defmitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 am 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts,and Conduits.......................................................................50 9-06 Structural Steel and Related Materials ..............................................................................51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 9-29 Illumination,Signals,Electrical........................................................................................52 9-30 Water Distribution Materials...........................................................................................58 'wr INDEX TO WSDOT AMENDMENTS ......................................................................................................60 WSDOTAMENDMENTS......................................................................................................60 on 40 i" an as ur dw err rrr t. Page-RS-iii Revision Date:May 19, 1997 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Department of I D1VlalOII 1 Planning/Building/Public Works Administrator. Special Provisions(RC) General Requirements Modifications to ate standard specifications spaci€taatieuc and supplemental specifications that apply to an individual project. The special provisions may describe work the 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid prices. 11010 1-01.1 General(RC) State(RC) Whenever reference is made to the State, Commission The state of Washington acting through its representatives. Department of Transportation Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees and duly authorized representatives for all contracts The component parts of the contract which may include, but administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds, insurance certificates, various other certifications and affidavit, the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING. Standard Specifications, the Standard Plans, Addendum, and 1-01.3 Deftnitlons(RC, APWA) Change Orders. Dates(APWA) Act of god(RC) Bid Opening Date(APWA) 'Act of God" means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature. A rain, windstorm,high water reads the bids. so or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract Execution Date(APWA) ow Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) Agency The date stated in the Notice to Proceed on which the Contract Da C time begins. Unless otherwise designated day(s) as used in the Contract Contract Completion Date(APWA, RC) Documents shall be understood to mean working days. The date by which the work is contractually required to be Or Equal(RC) completed The Contract Completion Date will be stated in the Where the term 'or equal" is used herein, the Contracting Notice to Proceed. Revisions of this date will be authorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer,shall be the sole judge of the quality and suitability of the Contract time. 1110 proposed substitution. Final Acceptance Date(APWA, RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations or other information required to obtain the as complete per contract requirements. approval of alternative materials or processes by the Owner shall Material(APWA) 1011 Any substance specified for use in the construction of the be entirely borne by the Contractor. Owner project and its appurtenances which enters into and forms a part of The City of Renton or its authorized representative. Also the finished structure or improvement and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. 101 Plans(RC) Materialman(APWA) The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material. character, and dimensions of prescribed work including layouts, supply, commodity, equipment or manufactured or fabricated 41011 profiles,cross-sections,and other details. product and does not perform labor at the Project Site; a supplier. Drawings may either be bound in the same book as the Notice of Award(APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the are a part of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Agency's acceptance 1111 binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to to City of Renton Standard Plans. proceed with thi Work and establishing the date on which the Secretary,Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the 101 1- Page-SP-1 Revision Date:May 19, 1997 aw 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of SECTION 1-02.1 IS DELETED AND REPLACED BY THE west for public disclosure has been given shall be deemed a FOLLOWING: waiver by the submitting vendor of any claim that such materials are, in fact,so exempt. 1-02.1 Qualifications of Bidder(APWA) SECTION I-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience, financing, FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals APWA Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by include a pre qualification procedure prior to the Bidder being addenda. furnished a proposal form on any contract or a preaward survey of the Bidder's qualifications prior to award. SECTION 1-02.13 PARAGRAPH I IS REVISED AS FOLLOWS: SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RQ FOLLOWING. a. The bidder is not prequalified when so required; 1-02.2 Bid Documents(APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as to where Bid Documents can be obtained or TO READ. reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders(APWA) the Contracting Agency's official newspaper. tai 3. A bidder is not praqualified for the work or to the full SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; SENTENCE 1, PARAGRAPH I TO READ. 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: sample test data and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids_(RC, APWA) bidders. The total of extensions, corrected where necessary, and SECTION 1f5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the FOLLOWING Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Alternates,Additives,or Deductives,if such be to the advantage of or special provisions. The City reserves the right however to the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Proposal Forms unless discretion. id x otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-03.2 Award of Contract(RC) 1-02.6 Preparation of Proposal(RC) The contract, bond form, and all other forms requiring All prices shall be in legible figures and(awc.words)written in execution, together with a list of all other forms or documents ink or typed.The proposal shall include: required to be submitted by the successful bidder, will be 1. A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the award. places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be be written in words; where a conflict arises the written words shall determined by the Contracting Agency. prevail. SECTION 1-03.3 IS REWSED AND SUPPLEMENTED AS SECTION 1-02.6(l) IS AN ADDED SUPPLEMENTAL FOLLOWS. SECTION. 1-03.3 Execution of Contract(APWA, RC) 1-02. Proprietary Information (RC) Within?A 10 calendar days after receipt from the City of the so Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the material(s) which constitute '(valuable) formula, designs, Contractorthe -waFd-daw, the successful bidder shall return the drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18,and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award 1- Page-SP-2 Revision Date:May 19, 1997 Wl1 1-04 Scope of the Work 1-05 Control of Work r�r date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. 1-04.4 Changes_TC The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business SECTION I-04.11 IS SUPPLEMENTED AS FOLLOWS: license prior to award. When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup number a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be Contractor's Rezistration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost to Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the proie:t and no compensation will be made. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump sum,' shall FOLLOWING TO THE FIRST PARAGRAPH: be full compensation for all work, equipment and materials ar required to perform final cleanup. If this pay item does not appear 1-03.4 Contract Bond (A WA) in the contract documents then final clean up shall be considered incidental to,the contract and to other pay item and no further 5 Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7 Be signed by an officer of the Contractor empowered to 1-05 Control of Work Sion official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS: president or vice-president unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings C corporation(i.e.,corporate resolution power of attorney or a letter The Contractor shall submit supplemental working drawings ww to such effect by the president or vice-president). as required for the performance of the work.The drawings shall be ' 1-04 Scope of the Work on sheets measuring �y-34 22 by 34 inches or on sheets with p dimensions in multiples of 8-1/2 by 11 inches. 'w" SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: to 1-04.1 Intent of the ContractSRCZ 1-05.4 Conformity with and Deviations from Plans and Stakes(RC) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying. the to date The Engineer's calculations and decisions shall be final m Contractor shall provide all required survey work, including such regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,-1-11 and elsewhere accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer. method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY rr the specifications. THE FOLLOWING. SECTION 1-04.2 IS REVISED AS FOLLOWS. 1-05.5 Construction Stakes (RC) 1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the Special Provisions Specifications, and Addenda Contractor shall provide all required survey work including such (RC) work as mentioned in Sections 1-05.4, 1-05.5 1-11 and elsewhere Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs r" by following this order of precedence(e.g., 1 presiding over 2, 3, for this survey work shall be included in "Contractor Supplied 4,5,6,and 7;2 presiding over 3,4,5,6,and 7;and so forth): Surveying, per lump sum. 1. Addenda 1-05.5(1) General(AMA,RCZ 2. Proposal Form to 3. Special Provisions The Engineer or Contractor supplied surveyor will provide 4. Contract Plans construction stakes and marks establishing lines slopes and grades_ 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform 6. Supplemental Specifications. such work per Section 1-11 The Contractor shall assume full do responsibility for detailed dimensions elevations and excavation 7. Standard Plans a from the Engineer o� Contractor supplied 6.8. Standard Specifications slopes ...�.:. — surveyor furnished stakes and marks. +ar is Page-SP-3 Revision Date.May 19, 1997 wr 1-05 Control of Work 1-05 Control of Work The Contractor shall provide a work site which has been with major grade changes shall be slope naked to establish grade prepared to permit construction staking to proceed in a safe and before offset hubs are set. orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05_5(3) Bridge and Structure Surveys (APWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an Stakes_, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that rOQUired field caref ily preserved by the Contractor. The Contractor will be measurements and locations,_match and fulfill the intended plan charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to monumentation that were not to be disturbed but were destroyed or complete the structure,except the following primary survey control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable rr1 Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances. control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the satisfactory substantiating evidence to prove the error is furnished Drawings. the Engineer.Tbree consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper line or grade. Any such variation shall, upon discovery, be placement of all proiect elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for any error in alignment or grade. following tolerances: The Contractor shall provide all surveys required other than 1. Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations) of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer,per Section available to the Engineer all field books including survey 1-11.1(3). These field notes shall include all survey work information,footing elevations,cross sections and quantities. w performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated. of the contract work the field book or books shall be submittal to the Engineer and become the property of the Contracting Agency. 1-05_5(4) Contractor Supplied Strryeying(RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the proiect. The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in Contractor shall be included in the prices bid for the various items writing of any errors,discrepancies,and omissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the "Contractor Supplied Surveying" per lump sum if that item is proiect in a manner satisfactory to the Engineer. All errors, included in the contracts. discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. 1-05.5 Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor r The Engineer shall furnish to the Contractor one time only,or and perform his operations in a manner to protect all survey stakes Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the lines, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points completion of the Work.These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 feet,and If the Contractor and Surveyor fail to provide, as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications, accurate As- utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the max interval). Engineer may elect to`provide at Contractor expense,a surveyor to On alley construction proiects with minor grade changes, the provide all As-Built records and other work as directed by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade. Alleys Enjineer-supplied surveying from moneys owed to the Contractor. i- Page-SP-4 Revision Date.May 19, 1997 Itt 1-05 Control of Work 1-05 Control of Work to Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agency's right to musue any other avenue for complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's a' lump sum price for "Contractor Supplied Surveying." failure to perform the Work as required. 1-05.5 Contractor Provided As-Built Information SECTION I-05.10 IS SUPPLEMENTED BY ADDING THE (RQ FOLLOWJNG. '"• It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA,RCZ prior to the balling of the trenches by centerline station,offset, and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is rri+ It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the work done under this contract per the survey standard of Section I- Engineer's instructions, either correct such Work, or if such Work arr 11 Major items of work shat]include but not be limited to: has been reiected b'the Engineer, remove it from the Project Site Manholes Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without Horizontal Bends Junction boxes Cleanouts, Side Sewers, Stmt cost to the Contracting Agency. If the Contractor does not Lights do Standards Hydrants Major Changes in Design Grade, promptly comply with the written order to correct defective and 10 Vaults Culverts Signal Poles,Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting After the completion of the work covered by this contract,the Agency reserves the right to have defective and unauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work." 9W prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the iw expiration of the legal time period set forth in RCW 4.16.040 This drawing shall bear the surveyors seal and signature certifying it's accuracy limiting actions upon a contract in writing, or liability expressed or All costs for as-built work shall be included in the contract implied arising out of a written agreement. „ item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials, supplies and equipment purchased for, or incorporated in the THE VACANT SECTION I-05.8 IS REPLACED BY: Work Nothing contained in this paragraph, however, shall defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to Defective and Unauthorized Work (APWA) recover under any bond given by the Contractor for their protection or any rights under any law permitting such persons to If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting work within the time specified in a written notice from the Agency. Engineer,or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all Contract Documents the Engineer may correct and remedy such subcontracts and material contracts and notice of its provisions work as may be identified in the written notice, by such means as shall be given to all persons fu nishine materials for the Work the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. Agency forces. Section 1-05.11 is deleted and the first two sentences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an emergency following: situation the Engineer may have the defective and unauthorized 1-05.11 Final Inspection(APWA) Work corrected immediately, have the reiected Work removed and replaced or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An 1-05.11(l) Substantial Completion Date(APWA) ow emergency situation is any situation which, in the opinion of the When the Contractor considers the work to be substantially Engineer, a delay in its remedy could be potentially unsafe, or complete the Contractor shall so notify the Engineer and request might cause serious risk of loss or damage to the public. the Engineer establish the Substantial COmpletion Date. To be Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be 'm attributable to correcting and remedying defective or unauthorized met: Work, or Work the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and unrestrictod be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and Engineer from monies due or to become due, the Contractor. Such safety standpoint. ar direct and indirect costs shall include in particular, but without 2 Only minor incidental work replacement of temporary limitation compensation for additional professional services substitute facilities or correction or repair work remains to reach required and costs for repair and replacement of work of others physical completion of the work. destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the specific items of work to the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to No adjustment in contract time or compensation will be reach physical completion The Engineer may also establish the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. g, attributable to the exercise of the Contracting Agency's rights Page-SP-5 Revision Date:May 19, 1997 aw 1.05 Control of Work 1-05 Control of Work If after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrxtions Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer. intended use, the Engineer, by written notice-to the Contractor, The costs for power, gas, labor, material supplies and will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing ° the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system ready for its intended use, the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer, substantial. completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished shall_pursue vigorously, diligently and without unauthorized under the terms of the Contract. interruption, the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE Completion. The Contractor shall provide the Engineer with a FOLLOWING. revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1-05.12 Final Acceptance(APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting Inspection. Agency will establish the Completion Date and certify the Work as 1-05.11(2) FmI9d Inspection Date(APWA) complete. The Final Contract Price may then be calculated. The When the Contractor considers the Work physically complete following must occur before the Completion Date can be and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated: 1. The physical work on the proiect must be complete. shall request-the Engineer a schedule a final inspection. The Ali Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required by the Contract and required by law, necessary to allow the Contractor will then make a Final Inspection and the Engineer will Contracting Agency to certify the Contract as complete. notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work, signed by the Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material. physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency been corrected from unilaterally certifying the Contract complete so the Engineer If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9. 7 days after receipt of the Written Notice listing the deficiencies, SEC 7ON 1-05.13 IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of Upon correction of all deficiencies, the Engineer will notify Contractor(APWA) the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete. That Whenever the Contracting Agency evaluates the Contractor's date shall constitute the Physical completion date of the Contract, will aloe these pursuant to Section 1-02.1,the Contracting Agency but shall not imply all the obligations of the Contractor under the will take these performance ac o tint. Contract have been fulfilled. tltasa-reports into account. SEC77ON 1-05 IS SUPPLEMENTED BY ADDING THE 1-05.11(3) Operational Testing(APWA) FOLLOWING NEW SECTIONS: It is the intent df the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power(APWA) the Work involves the installation of machinery or other bear Contractor shall make necessary arrangements, and shall tice lulu mechanical equipment; street lighting, electrical distribution or ber the costs for power and water necessary for the performance signal systems; buildings;or other similar work it may be desirable the Work. for the Engineer to have the Contractor operate and test the Work of for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) 00 Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer, agent, or under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or afar their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or and following the test period,the Contractor shall correct any items obligations contained in any of the documents comprising the of workmanship, materials, or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered that are not in first class operating condition. Equipment, electrical as unofficial information and in no way binding upon the controls, meters, or other devices and equipment to be tested Contracting Agency, utiless subsequently put in writing. poi 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 1- Page-SP-6 Revision Date.May 19, 1997 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public *r 1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax liability. SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the do unit bid prices or other contract amounts. In some cases, however, FOLLOWING: state retail sales tax will not be included. Section 1-07.2(3) 1-06.2(2) Statistical Evaluation of Materials for describes this exception. The Contracting Agency will pay the retained percentage only r Acceptance if the Contractor has obtained from the Washington State UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate showing that all contract- PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.050). The Contracting USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any r amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or the Public not. Any amount so deducted will be paid into the proper State fund. SECTION 1-07,1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related rules, apply to building, wW 1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political.subdivision of the state, or by The Contractor shall indemnify, defend,and save harmless the the United States, and which are used primarily for foot or Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems wr employees) against any claims that may arise because the within and included as a part of the street or road drainage system Contractor(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system. materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item a 11 more stringent regulation shall apply. prices or other contract amounts, including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work. for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973(WISHA). 1-07.2(3) State Sales Tax-Rule 170(APWA) The Contractor shalt maintain at the Proiect Site office, or WAC 458-20-170 and its related rules, apply to the other well known place at the Project Site all articles necessary for constructing and repairing of new or existing buildings, or other air providing first aid to the iniured. The Contractor shall establish, structures upon real property. This includes but is not limited to, publish_and make known to all employees,procedures for ensunng the construction of streets roads highways, etc., owned by the immediate removal to a hospital or doctor's care, persons, State of Washington: water mains and their appurtenances:sanitary including employees who may have been injured on the Protect sewers and sewage disposal systems unless such sewers and ar Site Employees should not be permitted to work on the Protect disposal systems are within and a part of a street or road drainage Site before the Contractor has established and made known system: telephone telegraph electrical power distribution Imes, or procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. power lines become a part of a street or road lighting system: and The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property m efficiency,and adequacy of the Contractor's plant appliances,and or to real property,whether or not such personal property becomes methods and for any damage or injury resulting from their failure, a part of the realty by virtue of installation. or improper maintenance use or operation. The Contractor shall For work performed in such cases the Contractor shall collect be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract Project Site including safety for all persons and property in the price The Contracting Agency will automatically add cues sales performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason, the continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item required or implied duty of the Engineer to conduct construction prices or in any other contract amount subiect to Rule 170, with review of the Contractor's performance does not, and shall not, be the following exception. intended to include review and adequacy of the Contractor's safety Exception• The Contracting Agency will not add in sales tax +air measures in on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools machinery, equipment or consumable supplies not integrated into the project Such sales taxes shall be FOLLOWING: included in the unit Bid Item prices or in any other contract so 1-07.2 State Sales Tax(APWA) amount. 1-07.2(4) Services (APWA) 1-07.2(1) GENERAL(APWA) The Contractor shall not collect retail sales tax from the *a The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or special ides on the state sales tax. Sections 1-07.20) through 1- other services (as defined in State Department of Revenue Rules o7.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers r to questions in this area The Contracting Agency will not adjust t Page-SP-7 Revision Date:May 19, 1997 1W 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public to SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed S NTU over background turbidity when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ. the background turbidity is SO NTU or less, or have more than a 10 1-07.5(2) State Department of Fish and Wildlifes-el percent increase m turbidity when the background turbidity js more than 50 NTU; for other classes of waters, refer to WAC 173-201- so • (APWA, SA) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by for it at unit contract prices. But if contract items do not Dover suspended material as expressed in Nephelometric Turbidity Units those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter. 09.4. Discharges to a State waterway caused by aggregate washing drainage from aggregate pit sites, and stockpiles or dewatering of 4 pits and excavations shall not increase the existing turbidity of the receiving waters. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION. being discharged into stream or other State waters. Turbidity may be removed by the use of lagoons or holding ponds, sealing basins 1-07.11(11) City of Renton Affidavit of Compliance overflow weir, polymer water treatment, discharging to ground RCZ surface, by percolation, evaporation or by passing through gravel Each Contractor. Subcontractor, Consultant, and or Supplier sand or fiber filters. shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion SEC77ON 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain situations may include netting,mulching with binder,and seeding. 1-07.13(1) General (RC) Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and be damaged thereby. culverts and other pipes. , No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams, or State constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions acceptable to the engineer, the contractor shall be able disposed on land for percolation.Chlorine residual may be reduced trdi to overcome them. chemically with a reducing agent such as sodium thiosulphate. SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY Water shall be periodically tested for chlorine residual. REVISING ALL REFERENCES TO "STATE. COMMISSION, 4. Vehicle and Equipment Washing: Water used for SECRETARY" OR "STATE" TO READ *CONTRACTING washing vehicles and equipment shall not be allowed to enter storm AGENCY." drains, streams or other State waters unless separation of petroleum products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be SECTION 1-0715 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS. for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary water Pollution Erosion Control separation. (APWA ,-RC) S. Oil and Chemical Storage and Handling: Handling and If done according to the approved plan or the Engineer's storage of oil and chemicals shall not take place adiacent to tanks and barrels orders, temporary water pollution/erosion control work will be waterways. The storage shall be made in dike measured and paid for pursuant to Section 44"1-04.1 throw with drip pans provided under the dispensing area. Shut-off and the lump sum item for "Temporary Water Pollution/Erosion lock valves shall be provided on tanks. Shut-off nozzles shall be Control,: provided on hoses. Oil and chemicals shall be dispensed only If no pay item appears in the contract for 'Temporary Water during daylight hours unless the dispensing area is properly lighted. Pollution/Erosion Control' then all labor, materials, tools and Disposal of waste shall not be allowed on oil and chemical spills. tirY equipment used to complete the work shall be considered incidental Fencing shall be provided around oil storage. Locks shall be to other pay items in the Contract and no further compensation provided on valves,pumps,and tanks. 6. Sewage: If a sanitary sewer line is encountered_and repair shall be made. or relocation work is required, the Contractor shall provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line. Sanitary sewer flow this temporary work shall include, but is not limited to, the shall be pumped out, collected, and hauled by tank truck or following water quality considerations: pumped directly to a sanitary system manhole for discharge. The 1. Turbid Water Treatment Before Discharge: existing sewers shall'be maintained by the Contractor without Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In discretion of the Engineer; for Lake Class Receiving Waters, addition, the excavated materials adjacent to and around a rupture turbidity shall not exceed S NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and over background conditions; for Class AA and Class A Waters, . Page-SP-8 Revision Date:May 19, 1997 t�l 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public w. deposited into refuse trucks for haul to a sanitary fdl site. other temporary obstacles shall be removed by the contractor and Equipment and tools in contact with the above materials shall be immediately replace,after the trench is backfilled, in their original washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment plant. easements or rights-of-way. Damage to existing structures outside of easement areas 1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity SECTION I-07.160) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or FOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work 1-07.16(1) Private/Public Property(RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. franchises required for the proiect. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him #W property. if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor. with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency "a unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. paid by the contractor. The contractor shall provide, with no liability to the The contractor is responsible for identifying and Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by .n shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration all access roads detour roads or other temporary work as required Requirements, which is available at the Public Works Department ;a by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal storage of material and operation of his workers to those areas Building,200 Mill Avenue South. shown and described and such additional areas as he may provide. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING. A. General. All construction work under this contract on rrr easements,right-of-way,over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities (APWA,RC) confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing shall schedule his work so that trenches across easements shall not penalties,the Contractor shall: be left open during weekends or holidays and trenches shall not be 1 call the utilities underground location center for field open for more than 48 hours. location of the utilities; .� B Structures. The contractor shall remove such existing Call Before You Dig strictures as may be necessary for the performance of the work and, if required shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which 4W may be damaged as a result of the work under this contract. 1-800-424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2 not begin excavation until all known underground ++a contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without .rr construction area and stockpile it in such a manner that it may be uncovering measuring or other verification If a utility is known replaced by him, upon completion of construction. Ornamental or suspected of having underground facilities within the area of the trees and shrubbery shall be carefully removed with the earth proposed excavation and that utility is not a subscriber to the surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give .r individual notice to that utility. Original positions within 48 hours. All shrubbery or frets destroyed or damaged, shall be . If in the prosecution of the work it becomes necessary to interrupt existing surface drainage sewers replaced by the contractor with material of equal quality at no underdrauts. conduit, rg to additional cost to the Contracting Agency. n e even that i is utilities, similar underground structures, or parts thereof. the be contractor shall be responsible for and shall take all necessary necessary to trench through any lawn area, the sod shall carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same, backfilled The lawn area shall be cleaned by sweeping or other The contractor shall at his own ezpetise repair all damage to • means,ed all earth and debris. such facilities or structures due to this construction operation to the satisfaction of the City except for City owned facilities which will The contractor shall use rubber wheel equipment similar to the small tractor-type backhces used by side sewer contractors for be repaired by the utility department at contractor s expense.or by all work, including excavation and backfill,on easements or rights- the contractor as directed by the City. 1004 of-way which have lawn areas. All fences,markers, mail boxes,or is Page-SP-9 Revision Date:May 19, 1997 rr 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION I-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. The Contractor shall obtain and maintain the minimum 1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum V0 Insurance(RQ insurance, the City of Renton shall not be deemed or construed to State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor. following: The Contractor shall assess its own risks and if it deems to appropriate and/or prudent, maintain higher limits and/or broader SECTION 1-07.18(1)IS,REPLACED WITH THE FOLLOWING: coverage Coverage shall include: 1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or 4t The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis effect, from the Contract Execution Date to the Completion Date, and include: public liability and property damage insurance with an insurance • Premises and Operations (including CG2503• General company(ies) or through sources approved by the State Insurance Aggregate to apply per project,if applicable). 00 Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards The Contractor shall not begin work under the Contract until • Products/Completed Operations the required insurance has been obtained and approved by the • Contractual Liability (including Amendatory Contracting Agency. .Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes 16 Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage against claims for bodily injuries, personal injuries, including • Independent Contractors accidental death, as well as claims for property damages which • Personal/Advertising Iniury may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all either of them. • Owned Vehicles If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles term of the Contract for work are in full force and effect during the (3) Workers' Compensation period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&Industries Number declaration pages(s)for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary) required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as with the requirements described herin will be considered a material primary. breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural, SECTION I-0738(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability 1-07.18(2) Coverages(RC) covering wrongful acts, errors and/or omissions of the As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed City of Renton Insurance Information form as the course of operations under this Contract. which details specific coverage and limits for this contract. (6) The Contracting Agency reserves the right to request and/or All overage provided by the Contractor shall be in a form require additional coverages as may be appropriate based on and underwritten by a company acceptable to the Contracting work performed(i.e.pollution liability). ami Agency. The City requires that all insurers: 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its 2) Coverage to be on an 'occurrence" basis (Professional officers, officials, agents, employees and volunteers as Additional Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR at written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurance r prior proof of professional liability coverage be provided for up to commencement of work. The City reserves the right to request to two(2)years after the completion of the project, copies of insurance policies, if at their sole discretion it is deemed 3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above page(s) for each insurance policy affecting coverage(s) shall: required by the Contract prior to the date work commences. 1) Be on a primary basis not-contributory with any other 4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY A XII or better is preferred.) If any insurance carrier OF RENTON. iris possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. exception. 3) Severability of Interest Clause(Cross Liability) The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, 4) Policy may nqt be non-renewed, canceled or materially # conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON. Notification these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail sir r- Page-SP-10 Revision Dote:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public atr REPLACE SUPPLEMENTAL SPECIFICATION SEC77ON 1- no obligation or liability of any kind upon the 07.18(3) 'LIMITS'WITH THE FOLLOWING: company, its agents or representatives". 1-07.18(3) Limits (RC) c. Amend the cancellation clause to state: 'Policy may LUAM REQUMED not be non-renewed, canceled or materially changed or Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the Citv such limits. The CONTRACTOR shall carry the following by certified mail. ar limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Liability cancellation language specified above, the City will accept a General Aggregate* $2.000.000 written agreement that the consultant's broker will provide the 1W Products/Completed Operations $2,000,000 required notification. Aggregate Each Occurrence Limit $1,000,000 SECTION.1-07.20 IS REVISED AS FOLLOWS: Personal/Advertising Injury $1,000,000 na► Fire Damage(Any One Fire) $50,000 1-07.20 Patented Devices,Materials, and Processes Medical Payments(Any One Person) $5,000 (APWA) Stop Gap Liability $1,000,000 The Contractor shall assume all costs arising from the use of General Aggregate to apply per project go (ISO Form CG2503 or equivalent) patented devices,materials,or processes used on or incorporated in *'Amount may vary based on proiect risk the work, and agrees to indemnify, defend, and save harmless Automobile Liability The Contracting Agency, and their Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any awry (Each Accident) nature for, or on account of the use of any patented devices, Workers'Compensation materials,or processes. Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING: 40 Umbrella Liability 1-07.22 Use of Explosives(APWA) Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000.000 Explosives shall not be used without specific authority of the Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required fir+ Aggregate by the proper authorities. Explosives shall be handled and used in Professional Liability(If required) stria compliance with WAC 296-52 and such local laws, rules and Each Occurrence/Incident/Claim $1.000,000 regulations that may apply. The individual in charge of the blasting Aggregate $2,000,000 shall have a current Washington State Blaster Users License. The City may require the CONTRACTOR to keep The Contractor shall obtain, comply with, and pay for such professional liability coverage in effect for up to two C2)years after permits and costs as are necessary in coniunction with blasting completion of the project. operations. rr The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of in writing in the event any general aggregate or other aggregate the Work the Contractor's insurance shall contain a special clause limits are reduced. At their own expense, the CONTRACTOR Permitting the blasting. will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE coverage is in force. FOLLOWING PARAGRAPH SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic (RC SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and INSURANCE'. mud within the proiect limits and on any street which is Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the project. `r shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks, CONTRACTING AGENCY the following: power sweepers and other pieces of equipment as deemed 1) City of Renton Insurance Information Form (attached necessary by the engineer,to avoid creating a nuisance. ,a, herein)without modification. Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project and no compensation will be made for this conforming to items as specified in Sections 1-07.18(1), 1- section. 07.18(2), and 1-07.18(3). as revised above. Other 00 07.18C2), of dust mud or unsafe practices and/or requirements are as follows: property damage to private Ownership will be transmitted a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will Certificate is issued as a matter of information only be requirod by the contractor. ' and confers no rights upon the Certificate Holder"; b. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose w t- Page-SP-11 Revision Date:May 19, 1997 aw 1-08 Prosecution and Progress 1-08 Prosecution and Progress till SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26(APWA) IS REVISED BY CHANGING ALL FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY" OR 1-07.24 Rights of Way(APWA) "STATE"TO READ "CONTRACTING AGENCY." SECTION 1-07.27 (APWA) IS REVISED BY CHANGING Street right of way lines, limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY." Contractor's construction activities shall be confined within these limits,unless arrangements for use of private property are made. 1-Og Prosecution and Progress Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE awn Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Preliminary Matters (APWA) Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference(APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to practical after they have been obtained by the Engineef. undertaking each part of the Work the Contractor shall carefully Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify prior to advertising, chest areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field r Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the acquired until the Engineer certifies to the Contractor that the right Contractor may discover. of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the tai received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be: ► be a breach of contract. 1. To review the initial progress schedule; Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work-, private property where private improvements must be adjusted.. 3. To establish and review procedures for progress payment, ' The Contractor shall be responsible for providing, without notifications,approvals,submittals,etc.; expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work; and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control;and construction facilities, storage of materials, or other Contractor 6. To discus such other related items as may be pertinent to needs. However, before using any private property, whether the Work. adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction Engineer a written permission of the private property owner, and, meeting the following: upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items; owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals;and reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable. shall be signed by the private property owner, or proper authority 4. A Project Schedule. a► acing for the owner of the private property affected, stating that permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before The statement shall include the parcel number,address,and date of computing this percentage, however, The Contractor may subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted the Completion Date will be established. work on items the contract provisions specifically designates may be first excluded from the Awarded Contract Price. 0 The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that the subcontractor has the experience, ability, and equipment the work requires.Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to furnish all ail certificates, submittals, and statements required by the Contract Documents. Along with the request to sublet, the Contractor shall submit the names of any contracting firms the subcontractor proposes to tali Page-SP-12 Revision Date:May 19,1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress as use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 D.m. and 7:00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 a.m. and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are 1. Furnishing and driving of piling,or received from the public or adjoining property owners regarding 2 Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays, Sundays, holidays or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday the proposed subcontractor's prior record equipment, experience, through Friday may be given subject to certain other conditions set and ability to perform the work.Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions rF 1 Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such contract, assistants as the Engineer may deem necessary to be present during 2.- Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting aw 3 Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the the subcontractor,or Work performed on Saturdays and holidays as working days with 4 Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts Contracting Agency. as multiple working days with expect to Contract Time even Ar The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period. (1) purchase of sand gravel crushed stone, crushed slag, batched Assistants may include, but are not limited to, survey crews; concrete aggregates ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab: vp structural steel, other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence. plants:or a)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or 1-08.1 4 Reimbursement for Overtime Work of +cr commercial hauling companies. Contracting Agency Employees (APWA) However, the State I.&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday, applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work aw provisions of Section 1-07.9 as modified or supplemented, shall shall be considered as overtime work. On all such overtime work apply. an inspector will be present and a survey crew may be required at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the wa Disadvantaged Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus that were subcontractors manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize Wrr provided by the Engineer. the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor be removed. SEC77ON 1-08.4 IS DELETED AND REPLACED BY THE The Contractor shall comply with this request at once and shall not FOLLOWING: Op employ the subcontractor for any further work under the contract. 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.1 Hours of Work(APWA) (APWA) Except in the case of emergency or unless otherwise approved by the Contracting Agency the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have 7.00 a.m.and 6.00 p.m.of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by "a hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction conference or prior to the Contractor commencing activities on the Proiect Site within ten days of the Notice to the Work. Proceed Date The Work thereafter shall be prosecuted diligently, ar If a Contractor desires to perform work on holidays, vigorously, and without unauthorized interruption until physical Saturdays Sundays or before 7:00 a.m. or after 6:00 p.m. on any completion of the work There shall be no voluntary shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approval of permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from ;ar 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual ,obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is requesting permission to work. 1- Page-SP-13 OW Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11. FOLLOWING. 1-08.10 Termination of Contract(APWA) 148.5 Time For Completion (Contract Time) (APWA, RQ SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER. DEPARTMENT OF TRAArSPORTATIONO IN THE LAST SENTENCE the time specified in the Contract Documents or as extended by the PARAGRAPHS TO READ "CONTRACTING AGENCY." Engineer. The Contract Time will be stated in "working days', shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION.- Contract Completion Date. 1-08.11 Contractor's Plant and Equipment A nonworking day is defined as a Saturday, a Sunday, a day (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the holidays: January 1, adequacy,efficiency,and sufficiency of his and his subcontractor's emorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any Christmas Day. When The day before Christmas shall be a work on the site of the work. holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and-equipment shall be day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly. t�l on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility, occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's observed as holidays:• When'Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such +tN When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service, preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be non-working day. The Contract Time has been established to allow provided keys for all fenced,secured areas. for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work(RC) which periods, work is anticipated to be performed. Each The contractor shall give his personal attention to and shall successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to supervise the work to the end that it shall be prosecuted faithfully, the Contract Time as it occurs except a day or part of a day which and when he is not personally present on the work site,he shall at is designated a nonworking day or an Engineer determined all times be represented by a competent superintendent who shall unworkable day. have full authority to execute the same, and to supply materials. The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal showing (1) the number of working days charged against the representative of the contractor. The contractor shall be liable for Contract Time for the preceding week; (2) the Contract Time in the faithful observance of any instructions delivered to him or to his authorized representative. working days; (3) the number of working days remaining in the air Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the trir Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING: and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) ,rpy week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the proiect at the time of delivery of of each_report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets,delivered to the Inspector report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the cow. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton, the following establishing the Substantial Completion, Physical Completion, and system will be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. at Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck Numberi 2. Truck tare weight(stamped at source). 3. Gross truck load weight in tons(stamped at source). 4. Net load weight(stamped at source). 5. Driver's name and date. Page-SP-14 Revision Date:May 19,1997 rir 1-09 Measurement and Payment 1-09 Measurement and Payment ar 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." 8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE csr The Contractor shall submit a breakdown of costs for each lump sum Bid Item. The breakdown shall list the items included in FOLLOWING: the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit rr prices for each item shall add up to the lump sum Bid. The unit price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWA) payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A °1m be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. preconstruction meeting. Within 3 days after the progress estimate cutoff date(but not SECTION 1-09.2(APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and "ENGINEER." signed by the Contractor, covering the work completed prior to the SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estrrrrate cutoff date. The Application for Payment shall be wr FOLLOWING: accompanied by documentation supporting the Contractor's Application for Payment. 1-09.3 Scope of Payment(APWA, RQ If payment is requested for materials and equipment not incorporated in the work, but delivered and stored at approved sites Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment Items listed or referenced in the"Payment"clause of each Section shall be accompanied by a bill of sale, invoice, or other of the Standard Specifications, will be the only items for which documentation warranting that the Contractor has received the compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other specified Work. Should a Bid Item be listed in a"Payment"clause arrangements to protect the Engineer's interests therein. but not in the Proposal Form, and Work for that item is performed The initial progress estimate will be made not later than 30 by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive +r incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made during progress of the 04.1 then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining pursuant to a Change Order. progress payment. The progress estimates are subject to change at 4w The words"Bid Item," "Contract Item,"and "Pay Item,"and any time prior to the calculation of the Final Payment per similar terms used throughout the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum of the If the "payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item, then the work or material will not Unit Price. r be measured or paid for under any other Unit Bid Item which may 2. Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item. changed to singular form. 3. Materials on Hand — 90 percent of invoiced cost of or Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the clause of any particular Section of the Specifications shall be Engineer. considered as including all of the Work required, specified, or 4 Change Orders — entitlement for approved extra cost or described in that particular Section. Payment items will generally completed extra work as determined by the Engineer. Aw be listed generically in the Specifications, and specifically in the Progress payments will be made in accordance with the bid form. When items are to be "furnished" under one payment progress estimate less: item and "installed" under another payment item, such items shall 1. Five(5)percent for retained percentage. be furnished FOB proiect site, or, if specified in the Special 2 The amount of Progress Payments previously made. IV Provisions delivered to a designated site. Materials to be 3 Funds withheld by the Contracting Agency for "furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents. shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence o, until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting are not to be incorporated into the work,delivered to the applicable Agency that any work has been satisfactorily completed. Contracting Agency storage site when provided for in the Payments will be made by warrants issued by the Contracting Specifications. Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the No incorporated into the Work may be made on monthly estimates to project Payments'received on account of work performed by a the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION 1-09.8(APWA)IS SUPPLEMENTED BY REVISING 00 ALL REFERENCES TO "HEADQUARTERS' MATERIAL Page-SP-15 Revision Date:May 19, 1997 ow 1-09 Measurement and Payment 1-09 Measurement and Payment 0 1-09.9(2) ReUdnage(APWA,RCZ 1-09_9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts(APWA) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60-28 and so 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12 and RCW 39.76 the shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments the State with respect to taxes imposed pursuant to Tide 82, RCW due or deduct an amount from any payment or payments due the which may be due from such Contractor,and(2)the claims of any Contractor which, in the Engineer's opinion may be necessary to to person arising under the Contract. cover the Contracture Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contractor,be: 1. Damage to another contractor when there is evidence 1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. s 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is loan association (interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer, 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). ► and the Contractor iointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage:or Interest on the bonds=and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's as as the interest accrues. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired ea—" indicates the Work will not be completed within the Contract Time --­sac the z5gaw-CA When calculating an anticipated time overrun the Engineer will at make allowances for weather delays approved unavoidable delays least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number to escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule in the opinion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract percentages in securities. The Contracting Agency may also at its Time. option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the retainaze. Contractor's other obligations under the contract including but not Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12, RCW 39.76 and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions. 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by (RCW 60.28.051). Section 1-05.5. Sri 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage. unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection iii (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pav retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of claims together with a sum determined by the Contracting Agency the Contractor or subcontrictor of any tier as required by Section sufficient to pay the cost of foreclosing on claims and to cover 1.07,9, attorney's fees. L Failure of the Contractor to pay worker's benefits (Title Retainage will not be reduced for any reason below the 5.0 and Title 51 RCW)as required by Section 1-07.10. minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3. submitting to the State L&I a "Request for Release"form in order The Contractor authorizes the Engineer to act as agent for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to department with respect to the payments of industrial insurance au this section to a panty or parties who are entitled to payment. medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so will be Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period those departments or agency organizations. 1. no legal action has commenced to resolve the validiri of the claims,and 2. the Contractor has p protested such disbursement. Page-SP-16 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment rr A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances and Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final ar payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1- Contracting Agency shall not be liable to the Contractor for such 05.12). payment made in good faith. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims 00 claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS. written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1W 1-09.9(4) final Payment(APWA) Failure to submit with the Final Application for Payment Final Upon Acceptance of the Work by the Contracting Agency the uch information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of +err upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE a release: FOLLOWING: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction specifically excepted in writing by the Contractor; (APWA) 2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance Work; with the laws of the State of Washington. The venue of any claims 3. for every act and neglect by the Contracting Agency;and or causes of actions arising from this contract shall be in the 4. for all other claims and liability relating to or arising out Superior Court of the county where the work is performed. of the Work. For convenience of the parties to this contract, it is mutually A payment (monthly, final, retainage, or otherwise) shall not agreed that any claims or causes of action which the contractor has release the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and Orr the Contracting Agency's ability to investigate and act upon agree that the Contractors failure to bring suit within the time findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or Contract; nor shall such payment preclude the Contracting Agency causes of action. from recovering damages,setting penalties, or obtaining such other It is further mutually agreed by the parties that when any or remedies as may be permitted by law. claims or causes of action which a Contractor asserts against the Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court, the Contractor shall the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records rw minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating participating in the Work. Such affidavit shall certify the amounts the claims or actions. paid to the DB,MBE,or WBE subcontractors regardless of tier. On Federally-funded proiects the Contractor may also be 1-09.13 Arbitration dw required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY" aw Specifications. WITH THE WORDS "RING COUNTY." If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING. the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally 1"09.13(3) �•����to Pursue Arbitration(RC) .r The findings and decision of the board of arbitrators shall be accept the contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request final and binding on the parties unless the aggrieved party, within 10 days challenges the findings and decision by serving and filing from the Engineer, to voluntarily submit such documents. If *r voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County, iending unilateral acceptance will be provided by certified letter Washington The grounds for the petition for review are limned to mp not responsive from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: to the questions submitted; 1. Are days for the Contractor to submit the necessary documents. The 2 "n' 30-calendar day deadline shall begin on the date of the postmark of Is contrary to the terms of the contract or any component the certified letter from the Engineer requesting the necessary thereof; 3 Is arbitrary and/or is not based upon the applicable facts documents. This reservation by the Contracting Agency to that are and the law controlling the issues submitted to arbitration. The unilaterally accept the contract will apply to contracts ar completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by setting forth in are terminated in accordance with Section 1-08.10. Unilateral Writing their findings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. as any way relieve the Contractor of the provisions under contract or i- Page-SP-17 Revision Date:May 19, 1997 +rr 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment, or services which could such procedure. not be usually anticipated by a prudent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new item or items and the contractor unless it is the board's maiority opinion that the may be established to pay for such items. Further limitations for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposal they are not to by the contractor. specified in the Special Provisions as incidental and the accumulative cost for the use of each individual channelizin 1-10 Temporary Traffic Control device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes the SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price price FOLLOWING: established by the Engineer, or by force account. Additional items 1-10.1 Generals required as a result of the Contractor's modification to the traffic No When the bid proposal includes an item for "Traffic Control," control plan(s)appearing in the contract shall not be covered by the the work required for this item shall be all items described in provisions in this paragraph. S_ection 1-10, including, but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing and maintaining barricades, flashers, decreases by more than 25 percent, an equitable adjustment will be construction signing and other channelization devices, considered for the item "Traffic Control"to address the increase or unless a pay item is in the bid proposal for any specific decrease. device and the Special- Provisions specify furnishing, SECTION 1-10.2(l) TRAFFIC CONTROL SUPERVISOR IS + maintaining, and payment in a different manner for that REVISED AS FOLLOWS device; 2. Furnishing traffic control labor, equipment,and supervisory 1-10.2(1) Traffic Control Supervisor Q(SA) personnel for all traffic control labor; .. 3. Furnishing any necessary vehicle(s) to set up and remove =TLhe Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices; for the project. The TCS shall be certified inas-a worksite traffic control 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic ruprwintruid-as as the . The TCS shall assure that pamenalLy control devices, unless a pay item is in the bid proposal to Ism all the duties of the TCS are performed during the duration specifically pay for this work;and of the contract S. Furnishing labor, material, and equipment necessary for 7• Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may make minor revisions to the traffic control plan to sins and the traffic control devices destroyed or damaged P during the life of the proiect. accommodate site conditions as long as the original intent 6. Removing existing signs as specified or a directed by the of the traffic control plan is maintained and the revision is in conformance engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the tW work site. =The traffic control plan shall include descriptions of the traffic control methods and devices to be Possession of a current flagging card used by the prime contractor, and subcontractors, shall be by the TCS is mandatory. submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans C notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic 40 traveled portion of a roadway. control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., correct any problems that become evident during operation. 40 and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS. 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) as If no bid item "Traffic Control" appears in the proposal the well as any other appropriate signs prescribed by the Engineer, or all work required by these sections will considered incidental and required to conform with established standards will be furnished their cost shall be included in the other items of work. by thtiag.A,goaoy`Con.T tractor. do Page-SP-l8 Revision Date:May 19, 1997 rir 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable Class A or Class B construction signs. adiustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. All ether:-costs for the work to " por.62l; provide Class A or Class B construction signs shall be included in The Lump Sum vaU contract price pa-heu"hall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s),and the appropriate pilot car sign(s)for any ene.pilot car operation. Any necessary flaggers will be paid under the SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control-labor. 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum unit contract price Per hou;.shall be full "W Construction Zone pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. ar -Nnwal ar-co-and will g-Fa-ch-p;lgt ca;anA Ad,=to load the WMG "GGAG&R_1GtiQA SigAr,Glagr A,"pe;squam foot page!ama, The Lump Sum unit contract price per. sgeace-.teeter€ Panel--area-shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). + will This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of X=a-+cCeasrel► Class A signs, and ultimate return of all Contracting Agency- Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs. Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area Any necessary daggers shall be furnished by the laagince.; Contractor « " « The Lump Sum unit contract price Pei-day hall be full pay for all costs involved in furnishing the person(s)assigned as the "Traffic Control Supervisor" a••-i^^ an °^^i^° DELETE SECTION 1-10.4 AND REPLACE WITH: All costs for the vehicle(s)required for 4W the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement(RC) (SA) Sum wait contract price for"Traffic Control SupealsieF." No specific unit of measurement will apply to the lump sum ow item of"Traffic Control". P%uncat fQ; the lump sum .< SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS „ FOLLOWS: Yrr 1-10.5 . Payment(RC) � Payment for all labor, materials, and equipment described in b 1225'M-At fa;the mmaining So peragnt OC the am air Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when they included in the proposal: "Traffic Contro l." lump sum. The lump sum contract price shall be full pay for all costs not "PC covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price pop-day-shall be full furnishing installing maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(24_Ths-aP6;a;tQ;(r,)of aw conformance with accepted standards and in such a manner as to the, 1 / \will be '.1 f .i rt, :r°.., '<T«,FFn G...,-..l maximize safety,and minimize disruption and inconvenience to the babQF public.. lic.. Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards 1W will be made as follows: a When the initial warning signs for the beginning of the proiect and the end of construction signs are installed 1-11.1(1) Responsibility for surveys (RC) and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. b Payment for the remaining 70 percent of the amount All surveys and survey reports shall be prepared in accordance bid for the item will to paid r a prorated basis in with the requirements established by the Board of Registration for , , accordance with the total lob progress as determined Professional Engineers and Land Surveyors under the provisions of by progress payments. Chapter 18.43 RCW. aw 1, Page-SP-19 Revision Date:May 19, 1997 `o 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1(2) Survey Datum and Precision(RC) In those cases where an electronic data collector is used a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes coordinate base: The North American Datum of 1983191. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments(RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground. The horizontal component of all surveys shall meet or exceed Monument Any physical obiect or structure of record which the closure requirements of WAC 332-130.060. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard A corner or other survey point established by or under the Detail Requirements for ALTA/ACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and anv established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office comparable classification in future editions of said document. The and its successor the Bureau of Land Management including angular and linear closure and precision ratio of traverses used for section subdivision comers down to and including one- survey control shall be revealed on the face of the survey drawing, sixteenth corners;and as shall the method of adiustment. Any permanently monumented boundary, right of way, The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points established irr part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot Geodetic Control Subcommittee Standards for GPS control surveys corners. as defined in Geometric Geodetic Accuracy Standards do Syec7cationsfor Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey(RC) August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construction proiects that will create permanent structures such as The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be ao the proiect site a tie to both shall be made. The benchmark(s)used observed for staking or 'as-builting" while occupying one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of not exist within 3000 feet of a proiect, one must be set on or near two of these permanent monuments shall be existing monuments, the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or throughout the duration of the proiect. Source of elevations Base Line Survey shall occupy each monument in turn, and shall (benchmark)will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information(RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the King County Recorder is Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch molar and will shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A methodology used in that retracement. photographic molar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific 1-11.1(4) held Notes (RC) requirements of the proiect, the original will be recorded with the Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required, the survey drawing shall be electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch molar, and the original or a sketch and a record of control and base line traverses describing photographic molar thereof will be submitted to the City of Renton. station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of °� WAC 332-130-050 and shall conform to the City of Renton's Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols a description. Point numbers shall be unique within a complete shall be used whenever possible, and a legend shall identify all job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is n_of described at Page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No. 348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing. The listing should Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that in notebook(s) provided by the City or the original field notebook(s) the field notes), a brief description of the point, and northing, used by the surveyor will be given to the City. For all other work, easting, and elevation (if applicable) values, all in ASCII format, surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media. Page-SP-20 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards wn MUM Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing(RC) Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11.1(5)- satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shaft *� Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per I. meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots, a witness Control Committee. marker shall be set. In most cases,this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective comers shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the r 1-11.1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb." In all other C cases the corner shall meet the requirements of section 1-11.2(1) Topographic surveys shall satisfy all applicable requirements herein. of section I-11.1 herein. All non corner monuments, as defined in 1-11.1(5),shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained .w The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface, per section 1-11.2(3). In the case of right of way centerline monuments all points of 1-11.1(9) Radial Topography (RC) curvature(PC),points of tangency(PT), strut intersections, center "w Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI, topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specifications, OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non comer monuments set while under contract to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the wr city) identifying the monument: point of intersection (PI), point of 1-11.1(10) Station—Offset Topography(RC) tangency (P'I'), point of curvature (PC), one-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument street intersection, etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument a minimum of two reference points and NAD 83/91 to Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. 1-11.1(11) As-Built Survey(RC) 1-11.2 Materials dw All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TTTI.E 4 Building Regulations 1-11.2(1) Property/Lot Corners(RC) and TTME 9 Public Ways and Property, must be located both Corners per 1-11 1(5)shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset such as 112 inch diameter rebar 24 inches in length, durable metal m' survey. The "as-built" survey must be based on the same base line plugs or caps tack in lead etc and permanently marked or tagged or control survey used for the construction staking survey for the with the surveyor's identification:number. The specific nature of improvements being 'as-built". The 'as-built" survey for all the marker used can be determined by the surveyor at the time of rr subsurface improvements should_occur prior to backftlling. Close installation. cooperation between the installing contractor and the "as-bullring" surveyor is therefore required. 1-11.2(2) Monuments (RC) All 'as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set 1-11.10) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for 'as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover(RC) M as-built' drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the"as built". of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as-built" air► surveys. rr ow t. Page-SP-21 Revision Date:May 19, 1997 r 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment Division 2 Earthwork quantities and changes will be computed either manually or by means of electronic data processing epuinm. a by Earthwork use of the average end area method. Anv changes to the proposed work as directed by the Engineer that would alter these guantitiej shall be calculated by the Engineer and submitted to the Contractor 2-02 Removal of Structures and for his review and verification. - Any excavation or embankment beyond the limits indicated in to Obstructions the Plans, unless ordered by the Engineer, shall not be paid for All work and material required to return these- areas to their SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions, as directed by the Engineer, s1411 be provided FOLLOWS: by the Contractor at his sole expense All areas shall be excavated filled and/or backfilled as 2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on ans the Pl In filled Curbs (RC) and backfilled areas fine grading shall begin during the placement In removing pavement, sidewalks, and curbs, the Contractor and the compaction of the final laver. In cut sections fine grading shall: shall begin within the final six (6) inches of cut Final grading 1. Haul broken-up pieces into shall produce a surface which is smooth and even without abrupt to some off-project site. changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections grades and elevations S. When an area where pavement has been removed is to be shown. Care shall be taken not to excavate below the ified opened to traffic before pavement patching has been completed, grades. The contractor shall maintain all excavations free from temporary mix asphalt concrete patch shall be required detrimental quantities of leaves brush sticks trash and other Temporary patching shall be placed to a minimum depth of 2 debris until final acceptance of the Work inches immediately after backflling and compaction are complete Following removal of topsoil or excavation-to grade and < and before the road is opened to traffic. MC cold mix or MC hot before_placement of fills or base course the subgrade under the Go roadwa mix shall be used at the discretion of the Engineer y shall be proofrolled to identify any soft or loose areas If pavements, sidewalks, or curbs lie within an excavation Which may warrant additional compaction or excavation and area and are not mentioned as separate pay items, their removal replacement will be paid for as part of the quantity removed in excavation. If The Contractor shall provide temporary drainage or protection 10 they re aaet to keep the subgrade free from standing water mentioned as a separate item in the proposal, they will be measured Acceptable excavated native soils shall be used for fill in the and paid for as provided under Section 2-02.5, and will not be area requiring fills. Cam shall be taken to place excavated material included in the quantity at the optimum moisture content to achieve the specified 40 calculated for excavation. compaction. Anv native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING. organics and debris and have a maximum particle size of 6 inches It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment�C1 native materials from becoming saturated with water. The 2. 'Saw Cutting', per Lineal Foot. measures may include sloping to drain compacting the native 3. "Remove Sidewalk',per Square Yard. materials, and diverting runoff away from the materials If the 4. 'Remove Curb and Gutter" per Lineal Foot Contractor fails to take such preventative measures any costs or rW 5. "Cold Mix",per Ton delay related to drying the materials shall be at his own expense 6. 'Remove Asphalt Concrete Pavement.'per square yard If the native materials become saturated it shall be the 7. 'Remove Cement Concrete Pavement,"per square yard responsibility of the Contractor to dry the materials to the 8. 'Remove existing "per optimum moisture content. If sufficient acceptable native soils are to All costs related4o the removal and disposal of structures and not available to complete construction of the roadway embankment obstructions including saw cutting excavation backfilling and Gravel Borrow shall be used. temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project all portions o_ther items unless designated as specific bid items in the proposal of Section 2-03 shall apply as though a subgrade trimmer were 10 S ifred. If sufficient acceptable native soils as determined by the 2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadway Embankment embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING. 2-03.3 Construction Requirements(RC) 2-03.4 Measurement(RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans Suitable measure work performed unless specific exceptions in other excavated material shall be used for embankments while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by 1• At the discretion of the engineer, roadway excavation the Contractor. borrow excavation, and unsuitable foundation excavation - by the t- Page-SP-22 Revision Date:May 19, 1997 2-04 Haul 2-09 Structure Excavation +ww cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have r the truck number,time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 2-03.5 IS REVISED AS FOLLOWS. 2-06.5 Payment (RC) rr 2-03.5 Payment (RC) Subgrade preparation and maintenance including watering Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof shall be included in the appropriate unit or lump sum 1. "Roadway Excavation" or"Roadway Excavation—Area contract bid prices. `W A(B, C,etc.)",per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul 40 shall apply. If he orders excavation more than 2 feet below SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE subgrade, that part below the 2-foot depth shall be paid for as FOLLOWING. provided in Sectiea-1-04.4 Item 3 of this payment section. In this case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC) 4W at unit contract prices. This work also includes the excavation, haul, and disposal of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps. material. 2-09.3 Construction Requirements TA. th-1-case tThe unit contract price per cubic yard shall include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: ow 3. "Unsuitable Foundation Excavation",per cubic yard. 2-09.3(1)D Disposal of Excavated Material(RC) The unit contract price per cubic yard for "Unsuitable Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project limits shall be included in the unit contract price for structure and disposing of the material. excavation, Class A or B. If, the "W The unit contract price per � 'A-A C i 1. AAA 1°a A;.. ,.rl hm.linR° Tl,e Qrote sv;ll cubic yard shall include haul. F°�"�� 7. " .rr If the contract includes structure excavation, Class A or B, w including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance= otherwise all such disposal costs shall be considered incidental to VW Payment for the work. embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS: 011 items involved. 2-09.4 Measurement(RC) 2-04 Haul Gravel backfill. All gravel ball will be measured by the cubic yard in place determined by the neat lines required by the aw Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the FOLLOWS. installation of the pipe or paid for as other gravel backfill unless a "a` 2-04.5 Payment (RC) specific separate pay item is included in the contract for gravel ym backfill for pipe bedding. SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS low _ FOLLOWS: All costs for the hauling of material to, from, or on the Job site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they ow are included in the proposal: "Structure Excavation Class A",per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul",per cubic yard. ,w, "Structure Excavation Class B Incl. Haul",per cubic yard. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping or shall be included in the unit bid rrr price of other itepA of work if "Structure Excavation" or Page-SP-23 Revision Date:May 19, 1997 ow 2-09 Structure Excavation 2-09 Structure Excavation "Structure Excavation Incl Haul" are not listed as pay items in the I contract. "Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot shall be full pay for all all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select back-rill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material 40 for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. "Gravel Backfll (Kind) for (Type of Excavation). per Cubic Yard or per Ton". ._ When gravel backfill is paid by the ton,the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shalt be considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. wit NO ■r a0 : rrt 1- Page-SP-24 Revision Date:May 19, 1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary r Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were necessary necessary No supplemental specifications were necessary rr No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. +r OW No wr am VW go OW wr wrr wr low Page-SP-25 Revision Date:May 19, 1997 OW 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete pavement Division 5 (2) Surface Treatments and Pavements samplac-ieWhen a sample from uncompacted mix is needed the 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can -be obtained in accordance with WSDOT Test Method 712. :Q@ Plft&fQqqp t} SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS lcauling-A.0h;;IQ. to FOLLOWS. B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is-si�a&-be defined as 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix ac-provided under- .ctatiawal- or- a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur. Determination of-stad"Wal-" nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes(asphalt concrete pavement Classes A, B, Gollegsively And shall----*:-.,@ " 10; Only one-lot pe;"69 Will E, F. and G) shallwill be evaluated for quality of gradation on.a dailybc basis by the Contractor. This gradation analysis shall be The JMF based on WSDOT Test Method 104 and the results delivered to the is defm in Section 9- 'm Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). - The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the with Section 9-03.8(6)A.2.-a0 A-asphalt content shall be tested at Engineer. the Eangineer's discretion if the Compaction Pay Factor(Section 5- 04.3(10)B)falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than t3% for sieve sizes greater than 1/4" and t2% for sieves smaller than the No. 10, then the costs of the sampling and testing shall be borne by the ' Contractor. If the tZest results vary from the Contractor's data am-within the ranges listed ahoy , then Sampling and testing for nonstatistical acceptance shall be the cost of sampling and testing will be borne by the Contracting Agency. performed on a random basis at a minimum frequency of one till A `^r. 411^W, of iFadatiga Gal., Tectim tivill--bs sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available.--e€-all P. Q12ftlky rice Adjustments and AnA af as next woAday a4e;6ampling, or.fa; aighuime *;@;k 44thin foul; ----_ ,- r—ho begs Aing of the—BOVA paAcingg 4hift, ne D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance uWag for compliance afasphalt-Gong" 2. Aggregates. will use the Nuclear Asphalt Gauge Procedure; WSDOT Test _Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessary, equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Quick so requirements of Section 9-03.8(2), *Vakwiml. Determination of Aggregate Gradation using Alternate Solvent 3. Asphalt Cement. Asphalt Cement will be accepted €eF Procedure; WSDOT Test Method 723-T.re Reject Mixture &96w-based on giak-conformance to the requirements of Section 9- E.E. Rejection to Contractor. The Contractor may, prior to 02.1(43). Testing of asphalt properties to assure certification shalt sampling, elect to remove any defective material and replace it be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. Any the asphalt cement changes, a new lob mix formula (JMF)shall be such new material will be sampled, tested, and evaluated for evaluated and approved. ail 4 . Asphalt Concrete Mixture acceptance. 43 3 Sampling (2) Rejection -by Engineer Without TestingWithou g- (t) A sample will not be obtained from either the first or last The Engineer may, without sampling, reject any batch, load, or section of roadway 25 tons of mix produced in each production shift. t 40 Page-SP-26 Revision Date.May 19, 1997 so 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement mate" that appears defective in gradation or asphalt Gement SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING content. Material rejected before placement shall not be THE FOLLOWING: incorporated into !a" pavement. Any rejected section of 5-04.3(10)A General(RC) compacted FeadwaP avp ement shall be removed. No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested,a minimum of three representative samples A.C.lines. will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS. for testing from compacted pavement shall be removed by coring. 5-04.3(10)B Control (SA) Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course �r — thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Section 5-04.3(8). The specified level of relative density shall be a Composite 12a), Pam; ao teeWon 106 2(Q usmg ft wAakwjw,4f 925.0 percent of the Acceptance of the initially reference maximum density rejected suswtad material will use the acceptance sampling and bdedhoA Z05. The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that developed in the job ndx formula formula tolerances of Section 9-03.8(6)A, the mix will be rejected and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving wr borne by the Contractor. The reiected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average siaiistical remain subiect to the compaction adjustment of Section 5-04.3(10) m-lu-4on-0f three €m nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations determined by om_ ,,,, IGGGPQRGG within each density lot lass.The Engineer will furnis a copy of the +o results of all acceptance testing performed in the field as soon as the results are availabl _ Pavement compaction aw awerdap6 below 89 percent of the reference maximum density shall not be accepted Relative densities falling between 89 percent and 92 percent s hall be subject to the price adiustments of Section 5- aw 04.5(1)B• 449aiUiR64. For compaction lots falling below a CPF of 1.00 Pad-faces and thus subject to price reduction or rejection, cores may be used as an alternatives to the nuclear density gauge tests. zeros ri.-h­Fag ag the @Rgmee; ;6 smisfied that sperirk­aR Faate;ial r.-R c:GRt;aGg;' thqy shall be ;9qv@&&9A by Roan of die +r pF@Axgg9A afse.pavmg.—When the Contracting Agency requests cores and the P;:Qg;@rC; level of relative density within a sublot is less than 92.0 percent, tUe cost for Sra-tong GQFF 91"M 1G# and testing shall be borne by the Contractor. When the Contracting r Agency requests cores and the level of relative density within a sublot is greater than 92.0 percent the cost for coring and testing shall be borne by the Contracting Agency. szPaasasac-tl�-ram wrr ` shall be )5 at At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the r Engineer, to determine the compactibility of the mix design. t- Page-SP-27 Revision Date:May 19, 1997 ,rr 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE a jjyen quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (9U percent of the reference maximum density dawmined by 392D= Tart SECTION 544 5(1)A IS DELETTsD AND REPLACED HUM h4oWod-405). If a compaction test section is requested, a THE FOLLOWING. Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within considered compactible, the limits of the job mix formula shall be accepted at the unit Asphalt Concrete Classes A, B. E, F. and G constructed contract price. If the constituents of the mix faU outside the under conditions other than listed above shall be compacted on the limits of the lob mix formula,the mix shall not be accepted(see basis of a test point evaluation of the compaction train. The test Section the j(8) ix formula, of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.S(1)B IS REVISED AND SUPPLEMENTED AS + ► compaction train, required to attain the maximum test point FOLLOWS. density, shall be used on all subsequent paving. Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC compacted to the satisfaction of the Engineer. Compaction (RC) In addition to the randomly selected locations for tests of the For each sublot GampaGsion rwiaral let, a Compaction pay density. the Engineer may also isolate from a normal lot any area Factor will be that is suspected of--:being defective in relative density. Such determined based on the relative density of the tests The isolated material will-not include an original sample location. A following table lists the Compaction Pay Factors and their minimum of three S randomly located density tests will be taken. associated relative density. The isolated area will then be evaluated for price adjustment in the Campos-to Pay Pam; and vulky with wgar-d ;o sig accordance with this 'on, considering mevit'-plied by 40 POFG@Rt was compagtion 12r.;-- it as a separate-sublot4t. 'GAtFol JQ# ;R top SECTION 5-04.5 IS REVISED AS FOLLOWS: 5-04.5 Payment (RC) Relative Density Compaction Pay Factor (average of three tests) "Mist and/or Driveway Asphalt Conc. Appreaci► Cl. _", zM.0 1.00 per ton. This item, when included in the contract, includes asphalt 91.5 0.99 paving for areas such as driveways and traffic islands that are not 91.0 0.95 tilt part of other paving work. 90.5 0.91 90.0 0.85 89.5 0.80 s.,:a e F..G,+e..,..:tisa :..0oGt;..., 5 89.0 0.75 ao at 1- Page-SP-28 Revision Dote.May 19, 1997 6-12 Rockeries 6-12 Rockeries ur Division 6 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or cercendicular to the rockery face. The rocks shall have all inclining faces sloping to wo the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a ■r 6-12 Ro&eries course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description(RC) inch square probe. up The work described in this section, regardless of the type of 6-12.3.1 Rockery Baekfiil(RC) materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will retaining wall where shown on the plans or where directed by the be placed to an_8 inch minimum thickness between the entire wall r en_ gineer. and the cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials(RC) rocks placed. The backfill will be placed after each course of .r Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course. sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a No sulphate in accordance with aashto t104, the loss through a one- footing drain behind the rockeries as shown in the standard plans, inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) No No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard, sound, durable and free from material and to suspend any work that is being improperly done, weathered portions, seams, cracks and other defects. subject to the final decision of the engineer. All reiected material aw The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner. material shall be approved by the engineer before delivery to the site. 6-12.4 Measurement (RC) Vw The rock walls shall be constructed of one-man rocks, (85 to Measurement of the finished rock wall for payment will be 300 pounds) each 10" in its least dimension; two-man rocks, (300 to 600 poun each 13' in its least dimension; three-man rocks made from the footing grade to the top of the wall and rounded to ds) the nearest square yard. (800 to 1,200 pounds) each 16" in its least dimension; four-man dw rocks(1,500 to 2,200 pounds)each 18' in its least dimension. The 6-12.5 Payment(RC) rocks shall range uniformly in size for each classification specifies. The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall*, rock in walls over 6 feet in height. per square yard. rr The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements(RC) the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials and equipment required to complete the installation, air as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in air excavation sections, or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock �+++ wall construction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across ow in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable to 1- Page-SP-29 Revision Date:May 19, 1997 rr 7-01 Drains 7-04 Storm Sewers 1fi Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated with Asphalt Treatment I Sanitary Sewers, Water Mains, and (galvanized) or aluminum coated (aluminized) corrugated iron or Conduits steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is 7-01 Drains also made to PVC. SECTION 7-0I.2 IS REVISED AS FOLLOWS: ++ 7-03 Structural Plate Pipe, Pipe Arch, Arch, 7-01.2 Materials RAC and Underpass Drain pipes may be concrete,zinc coated (galvanized)Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS. steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials_RCZ option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following used. sections: SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02 7-01.3 Construction Requirements Corrugated Steel Asphalt Treatment I 9-05.6(8) I I�tCI Corrugated Aluminum 9-05.6(8) PVC drain pipe shall be jointed with a bell and spigot,joint Reinforcing Steel 9-07 using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS. jointed with snap-on, screw-on, or wraparound coupling bands as I recommended by the manufacturer of the tubing. 7-03.5 Payment IEC_Z PVC underdrain pipe shall be jointed using either the flexible payment will be made in accordance with Section 1-04.1, for elastomeric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal: described in Section 9-04.9, at the option of the Contractor unless "St. Str. Plate Pipe _ Gage _ In. Diam.", per linear otherwise specified in the Plans. The bell shall be laid upstream. Asphalt Treatment I. foot with As PE or ABS drainage tubing underdrain pipe shall be jointed with "St.As Plate Pipe Arch_Gage Ft._In. Span", I snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer linear foot with Asphalt Treatment L rer of the tubing. "St. Str. Plate Arch_Gage_Ft. _In. Span", per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. FOLLOWING. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl.Haul",per cubic yard. 7-01.4 Measurement RC� If no bid hem for Structure Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B, including haul, is included in the schedule of Class B' or"Structure excavation Class B including haul' as a pay prices then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra contract pay items Excavation Class B". If It is not in the contract, then it shall be incidental. 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS: 7-02.2 Materials ITCH 7-04.2 Materials(RC) I Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized),. Asphalt Treatment I Coated ar~ I Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8) Steel End Sections, Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) t- Page-SP-30 Revision Date:May 19, 1997 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 7-04.3(1)B Pipe Bedding RRC 7-05.3 Construction Requirements-RC,2 r Pipe bedding, for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6' over and 6" under the exterior walls of the ladders. pipe. SEC770N 7-05.3(I) IS REVISED AND SUPPLEMENTED AS g„ 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS: SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) 40' 7-04.3(2)A Survey Line and GradeSR� The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the specificatio ns. existing structure shall be raised or lowered to the required aw elevation. 'm- 'All mashod of Sh-U-6046m SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: rr 7-04.3(2)G Storm Sewer Line Connections aQ erwept as appr-Qued by the All connections not occurring,at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing, pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the ow proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing 7-04.4 Measurement(RC) the gravel or crushed stone surfacing the manholes and manhole castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface Excavation necessary for bringing manholes to grade to feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result center of manhole or from the center of catch basin to center of in the section requited on the typical road wav section, and be +rr catch basins and similar type structures. thoroughly compacted. In cement concrete pavement: Manholes catch basins and SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS similar structures shall be constricted and adjusted in the same FOLLOWS: manner as outlined above except that the final adjustment shall be ar 7-04.5 Payment RC1 made and cast iron frame be set after forms have been placed and checked In placing the concrete pavement extreme care shall be The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adiusted wa complete the installation including adjustment of inverts to until the pavement is completed at which time the center of each manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously included in the Schedule of Prices pipe bedding as shown in the established by the contractor. The pavement shall be cut in a standard plans shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of additional payment shall be made. the cover. The manhole shall then be brought to proper grade " utilizin the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer,shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wedged up to the desired grade The asphalt concrete pavement OWN for other items. shall be cut and removed to a neat circle the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet The base materials and crushed rock shall be removed No and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete the edge of the a„ asphalt conerete.,pavement and the outer edge of the casting shall be painted with hot asphalt cement Asphalt Class G concrete shall then be placed and compacted with hand tampers and a Patching roller. The complete patch shall match the existing paved surface +rr for texture density,aW uniformity of grade The joint between the Page-SP-31 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements to patch and the existing pavement shall then be carefully painted with SECTION 7-0S.4 IS REVISED AS FOLLOWS. hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from plastered. finished rim elevation to the invert of the lowest outlet pipe. Adjustment fi of inlets: The final alignment and grade of cast ' iron frames for new and old inlets to be adiusted to grade will be Adiustments of new structures and miscellaneous items such established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made. Adiustment of existing structures and miscelaneous items such manner to the above for manholes. On asphalt concrete paving valve boxes shall be measured by 'Adjust Existin ,• per pn�ects using curb and gutter section, that portion of the cast iron as g each which shall be full pay for all labor and materials including all 46 frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details. below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured 06 concrete pavement will butt the cast iron frame. The existing Per each• concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.S IS REVISED AND SUPPLEMENTED AS asphalt cement. Adjustments in the inlet structure shall be FOLLOWS. constructed in the same manner and of the same material as that IN required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment_RC� and plastered. "AdiustMaplwW Existing ," per each. Monuments and.,cast iron frame and cover: Monuments and The unit contract price per each for "Adjust monument castings shall be adjusted to grade in the same manner Existing " shall be full pay as for manholes. for all costs necessary to make the adjustment including restoration Valve box castings:Adiustments of valve box castings shall be of adjecent areas in a manner acceptable to the Engineer. made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard. SECTION 7-05.3(2)IS REVISED AS FOLLOWS_ "Structure Excavation Class B Incl.Haul".per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each. the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each. to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(I)C SUPPLEMENTED AS FOLLOWS. FOLLOWING: 7-08.3(1)C Pipe Zone Bedding C (SA) 7-05.3(3) Connections to Existing Manholes Q Hand compaction of the bedding materials under the pipe Where shown on the plans, new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp_bedding material contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort. manner. 'Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no plans,additional structure channeling will be required. further compensation shall be made. A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: connexion of a new line to an existing structure, or the connection of a new structure to a existing line. No 'connection to existing" 7-08.3(2)E Rubber Gasketed Jointst will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled 1116 adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together,except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint t- Page-SP-32 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in Contracting Agency. the pipe line shall be closed with water tight expandable type sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight Veen the changes in alignment and at uniform grade between SECTION 7-08.3(2)1 IS AN ADDED NEW SECTION: +au changes in grade. For concrete pipes with elliptical reinforcement. 7-08.3(2)J Placing PVC Pipe RC the pipe shall be placed with the minor axis of the reinforcerent in In the trench prepared as specified in Section 7-02.3(1) PVC a vertical position. pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made,proper gasket unorade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement. the pipe When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE au mudded ioint a rubber gasketed concrete adapter-collar will be used FOLLOWING: at the point of connection. 7-08.3(2)G Sewer Line Connections (RC) 7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer,all connections of aw Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. When Engines;in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing main No where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a ter manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. trr SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING 7-08.4 Measurement(SA) : 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the ar calculations from measurements on the top of the pipe, or by cubic yard, including haul,as specified in 2-09. or by the TON. looking for ponding of 1/2" or less which indicates a satisfactory Concrete for plugging existing pipes will be measured by the condition At manholes when the downstream pipes) is of a cubic yard for the volume which would be required to completely larger size pipe(s)shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for rw elevation unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe fittings etc. shall be carefully handled and protected Excavation of the trench will be measured as structure against damage impact shocks and free fall. All pipe handling excavation Class B or structure excavation Class B including haul, equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation .r be placed directly on rough ground but shall be supported in a below grade is necessary,excavation will be measured to the limits manner which will protect the pipe against iniury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the so the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as installed specified in Section 2-09.4. as The CONTRACTOR shall inspect each pipe and fitting prior ; to installation to insure that there are not damaged portions of the pipe Any defective damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the to interior of the pipe before lowering into position in the trench. t- Page-SP-33 Revision Date:May 19, 1997 r 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains tli SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment 1 (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves 'Gravel Backfill for Foundations", per cubic yard,or Ton. SECTION 7-11.3(4)!HAS BEEN REVISED AS FOLLOWS; "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. 7-11.3(4)A Ductile Iron Pipe, IW "Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B",per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If "Structure Excavation Class B Incl. Haul",per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no further compensation shall be made, lengths are required, the Plans will indicate maximum lengths that 'Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of I incidental• the manufacturer's printed recommended deflections. 7-10 Trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe(4 inches and Over) RC) SECTION 7-10.41S REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-10.4 MeasurementiRCZ THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS: the cubic yard measured by the calculation of neat lines based on 7_11.3(6) Laying Ductile Iron Pi and Fittings with maximum trench width per Section 2-09.4 or by the ton, in Y� Pe accordance with Section 1-09. Polyethylene Encasement Q so , tThe Contractor shall lay ductile 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment RC encasement shall be installed in accordance with AWWA C105. go The polyethylene encasement shall also be installed on all " appurtenances, such as pipe laterals, couplings fittings and yard. valves, with 8 mil. polyethylene plastic in accordance with Section ZU I.-Ait CwAtracs price per. r.11b;G ya;d fQr. "RAM-04-1 -All 4-5 of ANSI 21.5 or AWWA C105. go Replacement-,r TT-.4-1.1- " The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance cpecifwd -A 2@G6;Gn;1 1Q Payment for "removal with ANSI/AWWA C105/A21.5-93. and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered rr� incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. 4. "Bank Run:Gravel for Trench Backfill", per cubic yard or ton. 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND The unit contract price per cubic yard or ton for 'Bank Run REPLACED BY THE FOLLOWING Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe_RC) furnish, place; and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and W unusable material excavated from the trench. SECTION 7-11.3(9)1 IS REVISED AND SUPPLEMENTED AS 6. "Foundation Material" ,per ton or cubic yard. FOLLOWS: Payment at the unit contract price for "foundation material" 7-11.3(9)A Connections to Existing Mains(RC) shall be full compensation for excavating and disposing of the The Contractor may be required to perform the connection unsuitable material and replacing with the appropriate foundation material per Section 9-30.7B(1). during times other than normal working hours. The Contractor shall not operate any valves on the existing system without cpecWc p9mission of the Engineer.. Water system petsonnel will operate tW all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. Z When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by City forces as provided below: go City Installed connections: Page-SP-34 Revision Date.May 19, 1997 10 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains to Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by drawings The contractor must verify all existing piping, the Engineer. dimensions and elevations to assure proper fit. Acceptability of the test will be determined as follows: ow Connections to the existing water main shall not be trade Acceptability of the test will be determined by two factors, as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled s on site. Allowable leakage per 1000 ft. of pipeline*-in GPH The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches disposal of unsuitable materials, shoring, de-watering, foundation PSI 6- 8" 10" 12" 16" 20" 24" material at the connection areas before the scheduled time for the 450 0_95 1.27 1.59 1.91 ' 2.55 3.18 3_82 40 connection by the City. The Contractor shall provide all materials 400 0_90 1_20 1_50 1.80 2.40 3_00 3_60 necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 1.69 2_25 2.81 3.37 plans including but not limited to the required fittings, couplings, 275 0.75 1_00 1.24 1.49 1_99 2.49 2_99 pipe spools shackle materials to complete the connections. The 2 0.71 0.95 1.19 1.42 1_90 2.37 2.85 aw Contractor shall provide and install concrete blocking, polywrap 225 0_68 0_90 1.13 1.35 1_80 2_25 2.70 the piping at the connections backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various water mains. diameters the allowable leakage will be the sum of the computed The City will cut the existing main and assemble all materials. + + leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-11.3(11)IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost from the main shall not exceed the FOLLOWS: number of gallons per hour as determined by the formula 7-11.3(11) Hydrostatic Pressure Test (RC) L P A hydrant meter and a back flow prevention device will be in which use 7400 d when drawing water from the City system. These may be 4W used = Allowable leakage,gallons/hour obtained from the City by completing the required forms and N = No.of joints in the length of pipeline tested making required security deposits. There will be a charge for the D = Nominal diameter of the pipe in inches water used. Before applying the specified test pressure air shall P = Average test pressure during the leakage test,psi be expelled completely from the pipe valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND + expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS. pressure applied At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-p1ggi4g!(RQ The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be adpoly- a" under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.If furnish the water necessary to fill the pipelines for testing purposes at the maiarthe main cannot be "poly-pigged". then a tap shall be at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in No normal system operation. the main. The test shall be accomplished by pumping the main up to the The "Poly pig" shall be equal to Girard Industries Aqua- required pressure, stopping the pump for a minimum of two hours, Swab-AS 21b/cu-ft density foam with 90A durometer urethane and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end. visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup pipe,flu6h;pg rrr water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/l. accomplished in accordance with the City's standard detail. Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage system Ow of suitable size such that accurate volume measurements can be or any water way. made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand go t, Page-SP-35 Revision Date:May 19, 1997 wo 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH: Tiebolt: ASTM A242, tune 2, zinc plated or hot Ai 7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanized. SST 7:5/8' for 2" and 3" mechanical ioints 3/4' for 4 to 12" mechanical joints, ASTM A325, tune 3D except tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40 000 laid. lbs. minimum for 518" and 60,000 lbs. minimum for 3/4" by heat SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS. treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753:3/4' for 14" to 24" mechanical 7-11.3(12)K Retention Period (RC) points. same ASTM specification as SST 7. SST 77. 3/4" same as Treated water shall be retained in the pipe at least 24 hours SST 7, except 1" eve for 7/8" rod. same ASTM specification as but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 518" and 3/4", least 25 mg/l. ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4" ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A,zinc plated or hot-dip galvanized 7-11.3(12)N Final Flushing and Testing(RC) Tiecoupling: used to extend continuous threaded rods and are Before placing the line$into service,a satisfactory report shall provided with a center stop to aid installation zinc plated or hot- dip galvanized. SS10: for 5/8 and 3/4 tierods ASTM A563 be received from the local or State health department or an grade C3. S10: for 5/8' and 3/4' tierods,ASTM A563 grade A approved testing lab on samples collected from representative points in the new_system. Samples will be collected and Tierod:continuous threaded rod for cutting to desired lengths bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8' and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36,A307. ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip 7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SS 17:ASTM A242,F436. S17:ANSI B18.22 1 Block(RC) Installation: Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower. rW All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4"nuts. Install tiecouplings plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe. around ioints. The forms shall be stripped prior to backfilling. Joint restraint(shackle rods), where required, shall be installed in accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle Pipe Diameter Number of 3/4" rods,installation and removal of formwork. Tie Rods Required Blocking shall be commercial concrete (hand mixed concrete 4" .....................................2 is not allowed)and poured in place. 6"...........................................2 SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION. 0" ,4 7-11_3(15) Joint Restraint Systems (RC) 14 .g General: 16"...........................................8 awi Where shown on the clans or in the specifications or required by 18"...........................................8 the engineer,joint restraint system(shackle rods)shall be used. all 20"...........................................10 joint restraint materials used shall be those manufactured by star 24"...........................................14 national products, 1323 holly avenue PO box 258, Columbus Ohio ,,,,•,,,•,,,,,•(16-7/8"rods) 1 43216, unless an equal alternate is approved in writing by the 36"...........................................(24-7/8"rods) engineer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is treated,superstar"SST"series. supplied with slots for "T" bolts instead of holes a flanged valve IN " "High strength low-alloy steel(cor-ten), ASTM A242, superstar with a flange by mechanical joint adapter shall be used instead, so SS series. as to provide adequate space for locating the tiebolts. Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained, ASTM A153 for galvanizing iron and steel hardware. no run of restrained pipe shall be greater than 60 feet in length ASTM A123 for galvanizing rolled, pressed and forged steel between fittings. Insert long body solid sleeves as required on shapes. longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Page-SP-36 Revision Date:May 19, 1997 to 7-12 Valves for Water Mains 7-12 Valves for Water Mains srr Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: with koppers bitomastic no. 300-m,or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: tiecouplings tierods and tiewashers may be galvanized as specified 7-12.3(1) Installation of Valve Marker Post C in the preceding paragraph or plain and painted in the entirety with -�I fir koppers bitumastic no. 800-m,or approved equal. Where required, a valve marker post shall be furnished and Teebolts tienuts tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with rr payment shall be made. 18 inches of the post exposed above grade. SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 6@19raed by the URgiReer., oad then the-size at 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION. included as separate pay items. If not included as separate pay ar items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade(RC) shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton _Measurement for payment for connections to existing water Standards. Valve box adiustments shall include, but not be limited r mains will be per each for each connection to existing water to,the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS. final finished grades. The final installation shall be made in w accordance with the applicable portions of Section 7-12. 7-11.5 Payment(RC) In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to "_Pipe for Water Main and Fittings _In. Diam.", per remove such debris, leaving the valve installation in a fully lineal foot. operable condition. The unit contract rice r linear foot for each size and kind P per The valve box shall be set to an elevation tolerance of one- of"_Pipe for Water Main_In. Diam." shall be full pay for fourth inch(1/4")to one-half inch(1/2")below finished grade. ' all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING: of polyethylene wrap cleaning by poly-Pigs, vertical crosses for 7-12.4 Measurement insertion and removal of poly-pigs, temporary thrust blocks and rrr blow-off assemblies testing, flushing, disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured shackle rods abandoning and capping existing water mains, per Path if included as a separate pay item in the Contract; if not a removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value hydrant assemblies, and other appurtenances to be abandoned as box adiustment shall be considered incidental. 60 shown on the plans,and cleanup. Hydrant auxiliary gate valve will be included in the "Concrete Thrust Blocking and Dead-Man Blocks", per cubic measurement for hydrant assembly and will not be included in this yard. measurement item. The unit contract price bid for "Concrete Thrust Blocking and 60 Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE materials equipment for the installation of the concrete thrust FOLLOWING. blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation dewatering haul and disposal of unsuitable materials, Box,"per each. concrete reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor equipment and material to blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water mam, including trenching iointing blocking of valve. to installation of the pipe and no further compensation shall be made. Painting. "Connection to Existing Water Mains",per each. disinfecting hydrostatic testing cast-iron valve box and extensions The unit contract price per each connection to existing water as required valve nut extensions adjustment to final grade. mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault," per each. aw materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water maw including trenching jointing blocking of valve by-pass assembly. VW cast-iron casting and cover, ladder rung concrete risers as required, adjustment to final grade. "16 inch and larger Butterfly Valve and Concrete Vault," per each. Page-SP-37 Revision Date:May 19, 1997 7-14 Hydrants 7-14 Hydrants The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4" shackle rods and accessories butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts(only if hydrants are and material to furnish and install the valve complete in place on outside right-of-way). the water main, including trenching, jointing blocking of valve Joint restraint(Shackle Rods) shall be installed in accordance painting, disinfecting, hydrostatic testing, concrete vault.-cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required adjustment to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED By ADDING THE "Blow-off assembly,"per each. FOLLOWING: wr1 The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydmts(RRC) shall for all, labor, equipment and material to complete the 'Phis work shall conform to Section 7-14.3(1)._All hydrants Detail,latest installation t revision.the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new'Air-Release/Air-Vacuum Valve Assembly,' per each. hydrant). All rubber gaskets shall be replaced with new gaskets of The unit contract price per for air-release/air-vacuum valve the type regmred for a new installation of the same rice assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE complete the installation of the assembly including but not limited FOLLOWING: to, excavating, tapping the main, laving and iointing the pipe and fittings and appurtenances, backfilling, testing flushing and 7-14.3(4) Moving Existing Hydmnts_JRC disinfection, meter box and cover, at location shown on the plans All hydrants shall be rebuilt to the approval of the Citv(or 40 and per City of Renton Standard Detail, latest revision. replaced_with a new hvdmnt). All rubber gaskets shall be replaced 'Adjust Existing Valve Box to Grade(RC),' per each. with new gaskets of the type required fora new installation of the The contract bid price for 'Adjust Existing Valve Box to same type. Grade" above shall be full compensation for all labor, material rat tools and equipment necessary to satisfactorily complete the work SECTION 7-14.5 IS REVISED AS FOLLOWS: as defined in the Contract Documents: including all incidental 7-14.5 Payment_(RC� work. If not included as a separate pay item in the Contract, but required to complete other work in the Contract,then adiustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: a_nd no futher compensation shall be made. "Hydrant Assembly",per each. The unit contract price per each for"Hydrant Assembly" shall go be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as to as pest, specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made 7-14 Hydrants 7-14.3 Construction Detai "Resetting Existing Hydrants",per each. I lsRC2 The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant), FOLLOWS. shackling, blocking, painting, and guard posts and reconnecting to the main.The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants RC _considered incidental and no additional payment shall be made After all installation and testing is complete, the exposed portion of the hydrant shall be painted with mwtwo field coats. The . Guard posts, shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants",per each. ray a burlap or plastic bag_approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new Renton standard details. Hydrant and guard posts shall be painted h drant), shackling, blocking, painting, and guard posts and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made preservative paint NO 43-655 safety yellow or approved equal ._Guard posts, shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6", 8' AND 10' piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee(MJ x FL),6" gate valve(FL x MJ).6" DI spool(PE x PE) 5- 1/4' MVO fire hydrant (MJ connection) 4" x 5" Stortz adapter, t- Page-SP-38 Revision Date:May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers rtr 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING. ,a SECTION 7--15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)Ii Television Inspection_g� Once the television inspection has been completed the 7-15.3 Construction Details (RC) contractor shall submit To the Engineer the written reports of the Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color and compatible with the City's viewing and recording systems. The lines shall be copper. City system accepts 1/2' wide high density VHS Tapes. The tapes Where instalation is in existing paved streets, the service lines will be run at standard speed SP(15/16 I.P.S.). shall be installed by a trenchless percussion and impact method (hOe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS aw fails regular open trench methods may be used. FOLLOWS. SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement�RCI The length of sewer pipe will be the number of linear feet of rrr 7-15.5 Payment (RC) completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection In. Diam.",per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection structures. In. Diam" shall be full pay for all work to install the service The length of testing sewer pipe in conformance with Section 7-17.3(2) will be the number of linear feet of completed connection, including but not limited to, excavadn or ce- p +r hogging), tapping the main,laying and jointing the pipe and fittings installation actually tested. and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill of the service connection. Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck I 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS. FOLLOWS. 7-17.5 Payment C 7-17.2 Materials �RQ(SA) Payment will be made in accordance with Section 1-04.1, for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. a; 17 G Sewer Pipe _ In. Diam.", per linear +� C foot. Concrete ADS- es+ta At;#g;fiad.iay PVC(Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot. sections "Ductile Iron Sewer Pipe_In. Diam.",per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) " — " Reinforced Concrete Storm$ewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the im U•wrled 4 y Saw@ Pipe �05 kind and size specified shall be full pay for furnishing,hauling, and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes. Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and enc r •• 49we;Fipa 9051.4 adjustment of inverts to manholes for the completion of the installation to the required lines and grades. All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe",per linear foot. thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment rrr required to conduct the leakage tests required in Section 7-17.3(2). SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for "Testing Sewer Pipe" is included it shall be FOLLOWING. considered incidental to the pipe items. wr, 7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material". Per (RC) cubic yard. The unit contract price per cubic yard for "Removal and When extending an existing sewer, the downstream system Replacement of Unsuitable Material" shall be full pay for all work shall be protected from construction debris by placing a screen or to remove unsuitable material and replace and compact suitable trap in the first existing manhole downstream of the connection. It shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer", per cubic trap until the new system is placed in service and then to remove it. yard,or Ton. r Any construction debris which enter the existing downstream The unit contract price per cubic yard or Ton for "Bank Run system shall be removed by the contractor at his expense, and to Gravel for Trench Backfill Sewer" shall be full pay for all work to the satisfaction of the Engineer. When the first manhole is set, it's furnish,place, and compact material in the trench. outlet shall be plugged until acceptance by the Engineer. "Television Inspection",per Lump Sum. rrrr 1, Page-SP-39 Revision Date:May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks dii Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE Miscellaneous Construction FOLLOWING: 8-13.5 Payment "Reset Existing Monument"per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of SECTION 8-09.5 HAS BEEN REVISED AS FOLLO WS: Prices. 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that am are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE "Raised Pavement Marker Type I".per eachhuAdmd. FOLLOWING: "Raised Pavement Marker Type 2",per eachhundrad. "Raised Pavement Marker Type 3- In.", per 8-14.3(4) Curing(RC) eachimadmd. The Contractor shall have readily available sufficient "Recessed Pavement Marker",per eachhundmd. Protective covering such as waterproof Paper or plastic membrane The unit contract price per eachhumlmd for"Raised Pavement to cover the Pour of an entire day in the event of rain or other to Marker Type I", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricading Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed concrete necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and trr with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control is listed in the FOLLOWING: contract as a separate pay item. 8-14.4 Measurement(RC) 8-10 Guide Posts When the contract contains a Pay item for "Curb Ramp Cement Concrete," the per each measurement shall include all siii costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion Joint material, curb and nutter and ramped sidewalk section. Sawcuttine removal and disposal of excavated t SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including exxistine pavement and sidewalk crushed FOLLOWS. surfacing base-materials and all other work materials and 8-13.1 Description (RC) equipment required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these air This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp the Plans or as staked by the Engineer or by the Contractor Cement Concrete." but the plans call for such installation then air supplied surveyor. quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete the payment FOLLOWS: shall be included in the pay item for "Miscellaneous and/or 8-13.3 Construction Requirements Driveway Asphalt Concrete." The monument will be furnished and set by the Engineer or by SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE t_he Contractor supplied surveyor. FOLLOWING. When existing monuments will be impacted by a proiect the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction "Curb Ramp,Cement Concrete."per each. After construction is complete, the monuments shall be re- Payment for excavation of material not related to the established by the surveyor in accordance with RCW58.09.130 construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING. Contractor shall make all excavations including haul and disposal, 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk impacted by contraction shall be considered incidental to the and the per each contract Price for Curb Ramp Cement Concrete." contract unless specifically called out to be paid as a bid item. 1- Page-SP-40 Revision Date:May 19, 1997 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical as 8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. The minimum width for the trench will be at the option of the THE STATE AMENDMENT TO SECTION 8-17 IS contractor. Trench width will, however, be of sufficient size so SUPPLEMENTED BY THE FOLLOWING: that all of the necessary conduit can be installed within the depths 8-17.5 Payment(RC) specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per then all costs to provide and install shall be considered a part of the Section 2-03.304M. pay item for "Traffic Control." SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS.- 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RQ and Electrical .ri , 8-20.2 Materials 02 3(44)G Where obstructions prevent construction of planned SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WTlH THE foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer.FOLLOWING: 8-20.2(1) Equipment List and Drawings (RC) The Contractor shall submit for approval six sets of shop or-allad ii drawings for each of the following-types of standards called for on The contractor shall provide all material for and construct the this project: foundations for and to the dimensions specified in table 1 below. 1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed thereon. 2. Signal standards with or without pre-approved plans. All excess materials are to be removed from the foundation 3. Combination Signal and lighting standards. construction site and disposed of at the contractor's expense. 4. Metal Strain Poles. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block-out around other The Contractor also shall submit either on the signal standard any shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the rrr mast arm mounting height concrete will not adhere to the utility line. Concrete foundations dimensions to clearly show the specific shall be troweled brushed edged and finished in a work and signal tenon locations for each signal pole to be installed. onanship- like manner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period the contractor may install the applicable device 8-20.3(2) Excavating and Backfilling(RC) thereon. The contractor shall supply trench within the unit widths and ■r to the specified depths at the locations indicated on the contract Table 1 plans or as directed by the engineer. Type of device Dimensions The contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole up to 40' mast arm 71Dcep x 3' Sq or Dia. directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet work shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system All concrete foundations shall be constructed in the manner shall be free of rocks greater than two inches in diameter to a depth specified below: of six inches above the conduit. 1 Where sidewalk or raised islands are to be constructed as a Trench within the roadway area shall use select trench backfill pan of this project, the top of the foundation shall be made which shall consist of 5/8th inch minus crushed surfacing top flush with the top of the sidewalk or island. (See detail course or other material as indicated in the special provisions or sheet schedule of prices and directed for use by the engineer. The source 2 Where no sidewalks are to be installed,the grade for the top and quality of the material shall be subiect to approval by the of the foundation shall be as specified by the engineer.(See engineer. Trench backfill within the sidewalk area shall be made detail sheet with acceptable materials from the excavation subject to the All concrete foundations shall be located as per stationing on Engineer's approval of the material and shall be considered a necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by tte Engineer. The rw Page-SP-41 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. 8-20.3(5) Conduit(RC) All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within 4"ati°as� continuous conduit runs with no mixing of different schedule types 1- All madbe c;orsiAg6 between terminations. The contractor shall provide and install all conduit and Fe bus to the Asmact jllmtio necessary fittings at the locations noted on the plans Conduit size bet6 shall be as indicated on the wiring and conduit schedule shown on All plans. Conduit to be provided and installed shall be of the type vgutu& indicated below: 1. Schedule 40 heave wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadwav area. Whem 2. Schedule 80 extra heave wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. to All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(6) Junction Boxes s The contractor shall provide and install iunction boxes of the type and size at the locations specified in the plans and as per detail sheets. The inscription on the covers of all function boxes shall be as indicated below: 1. Street lighting only: "Lighting" 2. Signal only: "Signals" 3. Traffic signal and street lighting: "TS-LT" ��ia� 4. Telemetry only: "Telemetry" Inscriptions on junction boxes performing the same function i.e. street lighting, traffic signal, or both shall be consistent throughout the proiect. All junction boxes shall be installed in 69914 conformance with provisions contained in the standard plans and detail sheets. The unit contract price per each for "Type I" or "Type II" a junction box shall be full compensation for furnishing same and for all costs of labor, material, tools, and equipment necessary to provide and install the iunction boxes including excavation backfilling and compaction all in accordance with plans If allowed in thd-,Plans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames. install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be conform to the following: installed on compacted sub grade which shall include six inches of 1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed deep. The cuts shall be parallel to each other and extend 244at.one under and around the base of the function box. Concrete shall be 1 foot beyond the edge of the trench. — promptly cleaned from the iunction box frame and lid. 2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a over conduits below the roadbed, and 18 inches below finished 4" thick Class "B" cement concrete pad enclosing the junction box grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the crushed surfacing and the concrete pad shall be incidental to the P11201 -aches,3AChiGh6*9;is lnFge; unit price per function box and no further compensation will be 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed restored per the Renton Standard Detail. surfacing"and/or for"concrete pad." air Air-fe8ewad 1- Page-SP-42 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical No SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of err 8-20.3(9) Bonding, Grounding(RC) the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered 11-r. randl ow) shall by the Engineer,will be bome by the State Cites. Three types of power service are used as indicated below: rrs 1. Type I system shall be single phase 120 volt,2 wire, 60 cycle Sh@ A.C.(traffic signal service only) 2. Type II,system shall be single phase 240 volt,2 wire,60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) W.F4 Of 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded err neutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. The service cabinet shall be marked with the service Identification of the equipment grounding conductor shall conform t all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings a shall r series C using stencils and black enamel alkyd gloss paint accomplished as required under the Code. Grounding of the neutral wr conforming to Federal Specification TT-E489.89. shall be accomplished only at the service. SECTION 8-20.3(11)IS REVISED AND SUPPLEMENTED AS FOLLOWS: IM 8-20.3(11) Field Test (RC) 1 S42 All street light standards signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m.on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, so copper clad metallic ground rod 5/8" in diameter x 8'0' in length holidays,or the day preceding a holiday. complete with a 88 AWG bare copper bonding strap located in the nearest iunction box. All signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a_ signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. so diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on in accordance with the plans specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3 Requests for signal turn on shall not be considered until IM are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility. in the`Schedule of prices." 4 A minimum of three (3) working days notice will be required for signal turn on. rr SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5 before regues at the intersection must be complete per plan FOLLOWS: before requesting signal turn on date Anv del etnons of channelization prior to turn on must be approved by the ,col, 8-20.3(10) Service(RC) engineer. Power sources shown in the Plans are approximate only;exact 6 City forces shall provide post and maintain proper signing location will be determined in the field. warning of new signal ahead. 1. 8-20.3(13) Illumination Systems SECTION 8-20.3(13)4 IS REVISED AND SUPPLEMENTED AS FOLLOWS. +ar 8-20.3(13)A Light Standards(RC) (SA) Xho slip piano &W11 b Page-SP-43 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical VA All poles and davit arms shall be designed to -C.he top at"bouam clip plate. 11 A 11 lurninahre weight of 50 lbs. or more and to withstand ressures caused by wind loads of 85 m.p.h. with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4 38 p s i 04 plate no"the keeps;plage on yield strength of weight load and 2.33 p.s i for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two pressure. full threads. Davit Arms: d G!...,..,:....�.,.�....S.-n be a"s ,►a SK=bd 164 ( S:IU w awn The davit Style atrih Shall IrrCO[DOratC a 5'9' radius bend sal as rtteasured from the centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2' above horizontal and iFaT be furnished with a 2" diameter "fitter with a maximum SW length of 8 inches to fit the lummaire specified. The pole end of the davit arm tube shall be fastened securely to the top of the shaft producing a flush ioint with an even profile. Anchor Base: the gula A one piece anchor base of adequate strength shape and at 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four io approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers Shall include removing the damaged portion of the anchor bolt, be provided with each pole. cutting threads Aon the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and repairing the foundation with epoxy concrete repair, two washers, shall be furnished with the pole. Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9.06.5(4). The bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending installed plumb, f 1 degree. _moment of the pole shaft at its yield point ' The contractor shall assure that all anchor bolts conform to the Staiadasd-Ftzirs* recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer an leveling Ants Shall data on pole bending moment, anchor bolt fabrication data test results and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The contractor shall supply and install a combination of 44 IWAN!"i0a• 4-digits and one later on each pole, whether individual luminaire or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film resistant to dust,weather and ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold, white reflectorized 2 inch legend on Maw- a black background. The I.D. number will be assigned to each All now light jjft*9 pa app;g*9A Ing&al gag pole at the end of the contract or proiect by the City traffic engineering office. Cost for the decals shall be considered incidental to the P-;ro number. contract bid. Lit standards shall be spun aluminum davit style and shall .2- IF Pair-9 voltage meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand so installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon After tole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed, nuts shall be tightened on anchor bolts using proper sized and shall plumb or rake the poles as directed by the Engineer. sockets, open end,or box wrenches Use of pliers pipe wrenches The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted. on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and t- Page-SP44 Revision Date:May 19, 1997 titi 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical ,ar trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION. base plate. 8-20.3(14)F Opticom Priority Control Systems(RC) Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500 air portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply one copy mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier. the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING. 8-20.3(15) Grout (RC) 8-20.3(14) Signal Systems�� After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to "ra multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of Portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being �r terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS No of the correct type of connector and crimping with pliers, wire FOLLOWS: cutters etc will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean 8-2(1.4 Measurement1RCZ appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as ■rr shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal ystem conductor tuns shall be attached to appropriate signal terminal _ no specific unit of measurement a; wffir. boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed. loops. Conduit of the kind and diameter specified in the Schedule of SECTION 8-20.3(14)4 IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual meat line FOLLOWING(RC) length in place, unless the conduit is included in an illumination to system, signal system, or other type of electrical system lump sum 8-20.3(14)C Induction Loop Vehicle Detectors�RC bid item. 11 Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in compression rAx connectors. Section 8-20.5 or as described in the contract schedule of prices ii SBCTTON 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. FOLLOWING. SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forinduction Loops and Lead-in FOLLOWS: Cable_(RCZ 8-20.5 Payment (RC) The Contractor shall keep records of field testing and shall Payment will be made for each of the following bid items that furnish the engineer with a copy of the results. are included in the proposal- `m` SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_", lump sum. AS FOLLOWS. "Traffic Signal Ystem ". lump SUM. 8-20.3(14)E Signal Standards-JR—Cl " rry 3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System cable shall be installed in an signal standard supporting a " " aad Y g pp° � and Traffic Signal -System ,_ . luminaire. ==,-shall be full pay for furnishing ,m all labor, materials, tools, and equipment necessary for the be construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified 14 The signal standard and its fabrication shall conform with including excavation, backfrlling, concrete foundations, conduit, all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all WSDOT. required tests. All additional materials and labor, not shown in the 15 Installation of all nuts and bolts shall be performed with plans or called fqr herein and which are required to complete the as proper sized sockets open end or box wrenches. Use of pipe electrical system,*shall be included in the lump sum contract price. wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. " _ Tools shall be of a sufficient size and strength to achieve iv adequate torquing of the nut(s). Page-SP-45 Revision Date:May 19, 1997 r. 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical The unit per each price for(14)'Service cabinet' shall be full compensation for furnishing and installing the fully equipped cabinet and for risers, standoffs and any other materials labor or costs associated with providing electrical service as required by chP electrical utility, the contract plans details and specifications and not included as separate pay items in the contract schedule of rp ICes. sou ehown Signal head......,r per each. All costs for installing conduit containing both signal and ....Signal head mounting hardware,"per lump sum illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting signal system. hardware" shall be full compensation for supplying and installing All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in at illumination and signal wiring shall be included in the contract conformance with the plans,specifications and detail sheets prices for the signal system. "Pole mounted terminal box....'x..."x..." and mounting The unit prices for the items listed below shall be full hardware,"per each. compensation for furnishing and installing each item and for all "2/c shld loop return cable,"per.linear foot. labor, materials, tools, equipment and testing necessary and/or "3/C shid pre-emption cable."Per linear foot incidental for the full and complete installation as per the contract "...-pair shld interconnect cable," per linear foot plans,detail sheets and these specifications. "Traffic signal controller and cabinet," per each "Trench and Backfill ........ wide by.. " deep ' per The unit contract price for "Traffic Signal Controller and linear foot. Cabinet" shall be full compensation for furnishing and installing a The unit contract price for (3) "Trench and Backfill" per fully equipped,wired and operational controller and cabinet linear foot shall be full compensation for excavating, loading "Traffic signal wire,'per lump sum. hauling and otherwise disposing of the waste materials for "Signal standard, Type...,with...-foot mast arm,"per each backfilling and compacting backfill material to specified density 'Induction loop vehicle detector.' per linear foot and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans,specifications and detail sheets. sawcut required for installation. The unit price shall be full 'Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire shall consist of 5/8' minus crushed surfacing top course and the sealant and all other labor, materials tools and equipment required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices '........Foundation, ......... per each.* splices to loop return cables unless separate pay items are included 'Type ....Junction box," per each. * in the contract schedule of prices for these other items Sawcutting *The unit per each price for(5)"Foundation" and (6)'Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 .° each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop"Home runs" shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of 'Concrete Pad." proper locating of loop return "Stub-out" by direct routing of "Concrete Pad,"per square yard. "home runs" and by combining up to 4 pairs of loop wires in a Measurement for ()*Concrete Pad" shall be by the square single 'home run" sawcut. Loop and "Home Run" layout shall be yard of surface area enclosed inclusive of and not subtracting for a_pproved by the Engineer before sawcutting takes place. the area of the function box or foundation enclosed and shall be full ".......Splice kit,"per each. compensation for full and complete installation as per the plans "Emergency Vehicle pre-emption detector,' per each. specifications and detail sheets. "Opticom discriminator card," per each. '......." Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier,"per each. .." Schedule 80 conduit,P.V.C., "per linear foot.* "Street light fuse kit," per each. *The unit contract price for conduit shall include all conduit "Pedestrian push button with sign "per each. couplings, adapters, elbows, bends, reducers, bell ends, bushings "Pedestrian push button post," per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole,Type I 10-feet," per each. the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole.- per each. so from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing measurement at the end of each conduit run equal to the design foundation, removing and salvaging or re-installing existing depth of the trench. No payment shall be made for additional equipment, plugging holes as required and installing the pole on its aat conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools materials. of the conduit within the trench line, equipment and any other costs necessary and/or incidental to "Street Light Standard ......... per each. complete the installation and make the electrical equipment ".......watt...Luminaire and lamp,' per each. operational all in accordance with the plans specifications and 06 ........watt...Luminaire and lamp with photocell," per each. detail sheets. .......AWG....copper wire," per linear foot. "Remove existing.......Foundation " per each. "Service cabinet, " per each. Page-SP-46 Revision Date:May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking ire The unit per each price for "Remove existing foundation" Traffic Lea"Iegend shall be full compensation for full and complete removal and A WHITE marking hauling and disposal of the foundation. psopoWeausing alphabetical letters.. 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: ce contract plans and detail sheets. 8-22.1 Description(RG7 SECTION 8-22.3(5)IS REVISED AS FOLLOWS. Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) air A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error or "skip"pattern shall be based on a-404eat 24-foot unit consisting within a-404 24-foot length of skip stripe shall not exceed plus I of a-10-foot 9-foot line and a-3A-€eet 15-foot gap. Skip center or mi t nus 1 inch. stripe is used as center line delineation on two lane or three lane, SECTION 8-22.30 IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided separated by a 4-inch-aP424aGh space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-&PA-a and for channelization. Gem.SW4paApproach Stripe . ,m A SOLID WHITE line, 8 inches wide, usedag-kaaway SECTION 8-22.3(7)IS A NEW SECTION: to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash 8-22.30 Removal of Traffic Markers(RC) mark stripes shall be placed on 45 degree angle and 10 =feet The work to remove all old or conflicting stripes, lines, yr apart. buttons, or markers as required to complete the channelization of Lane Stripe the project as shown on the plans or detail sheets shall be A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further INS delineate adjacent lanes travelling in the same direction. The broken or "skip" pattern shall be based on a-404"124-foot unit compensation shall be made unless a separate pay item or items are Provided for such removal. consisting of a 40-feet 9-foot line and a-30-feet 15-foot gap. Drop Lane StripefS Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS as A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: delineate a lane that ends-at-^^ ^'� The broken or "skip" pattern shall be based on a 2445-foot unit consisting of a 93-foot 8-22.4 Measurement(RC) (SA) line and a 1542-foot gap. The measurement will be based on the travel dissaace-rsga+ard aw No a a marking system capable... GersAM oach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type. �' Traffic arrows will be measured by the unit with each arrow XET S-Gh head defined as a unit. n­­:Ul-T.-a Stripe 21Q;&62ch Typ -oAr-AaFed -A,@ units Sac dr. Traffic lattarslegends, handicapped parking stall symbols, « -998FA preferential lane symbols, railroad crossing symbols, drainage markings,and cycle detector symbols will be measured by the unit. i Measurement for paint/plastic stripe line removed shall be by +� Two Way Left Turn Stripe the linear foot of " " wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markin&" unless specified BROKEN YELLOW 24 'skip" - pattern shall be based on a�10-feet line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay space.The broken or item then removal of existing traffic markings shall be considered I foot unit consisting of a-1444"9-foot line and a-304eot 15-foot incidental to the payment for other items of work and no further space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: A SOLID WHITE line,--13 8 inches wide and 10-feet ice, installed parallel to another crosswalk stripe-Ash-a-G-feet_ 8-22.5 Payment(RC) and "Painted Ge�Approach Stri er linear foot. parallel to the direction of traffic flow and centered in pairs on lane r Pe"'p lines and the center of lanes. See detail sheet.. " "Painted Traffic Letwj&gend",per each. Stop Bar "Plastic Traffic Letwjegend",per each. A SOLID WHITE line.- 12, 18 or 24 inches wide "Remove Paint Line ....." wide," per linear foot.* 40 +Alas as noted adwFwUs-ia on the Contract plans. Page-SP-47 Revision Date:May 19, 1997 ow 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings Ali "Remove Plastic Line....... Wide," per linear foot.* 8-23 Temporary Pavement Markings "Remove existing traffic markings, "per lump sum. *The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH THE "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for FOLLOWING: removal of existing traffic markings as per the plans, specifications 8-23.5 Payment(RC) and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation or for 40 1 markings required to complete the channelization of the project as removal of temporary pavement markings then alI costs associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the other items in the contract and no further compensation shall be con tract or included under "Traffic Control," if that item is made, included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment necessary for the completion of the work as specified. 46 9 .r% 46 i f- Page-SP-48 Revision Date:May 19, 1997 9-00 Definitions and Tests 9-02 Bituminous Materials raw Division 9 material for payment may be produced for use on a project until the job mix formula has been approved by the engineer. The mixture Materials shall be designed to meet the test criteria listed in Section 9-03.8(2) and remain within the limits set forth in 9-03.8(6). The determination of the job mix formula shall be the responsibility of the Contractor. 9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete 9-44(A) Recycled Materials (RC) specified unless there is a need to make an adjustment toin the JMF. The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations as applicable requirements described elsewhere in the contract and shall include as a minimum: specifications Should recycled materials be utilized, the City a. Percent passing each sieve size. requites that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. caw d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources SECTION 9-02.1(10)IS A NEW SECTTON. of materials be made, a new JMF must be approved by the 9-02.1(10 Loop Sealant (RC) Engineer before the new material is used. Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be Zia-ssmblislwd' hot-melt rubberized asphalt sealant (Crafco Loop Detector Sealant ' or approved equal) shall meet the penetration flow and resilience " &hq " Mpi specifications of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's a w"n ..be the A5 A ti s�ee���raws� i i� ,eief an, recommendations. ft'l—&#Wgus of pemsRuges -A ", GeastituspA at the Alp r-FQ The contractor shall request and obtain approval from the fl vw- 10. Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_snJ Adjustaaants. detector loops and shall submit manufacturer cutsheets or other a. After the JMF is data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area encapsulate the loop wires and adhere to the exceed the broad band pavement. specification limits specified in Section 9-03.8(6). rear 9-03 Aggregates Aggregate passing 1", Broad band specification 3/4 5/8", 1/2-, and limits Section 9-03.8(6). SECTION 9-03.8(6)!IS REVISED AS FOLLOWS. 3/8" sieves oar IAggregate passing 1/4" sieve t 6% 9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. 20 sieve t 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve t 4% aw conformance to the project job mix formula (JMF). Pa;--the Aggregate passing No. 200 sieve f2% Notel Asphalt cement t0.5%Note2 For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9-03.8(6)- Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement),2.5% for 50%RAP or more. Note 2 — 0.5% if less than 20% RAP. 0.7% for over 20% RAP, but less than 50%RAP, 1.0%for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. pr-opoption of Leh, U-1 1-OG.2(�. peposwAge of sphalt, by weight, to be added U- a4p 4b" +ss► No Page-SP-49 Revision Date:May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE ASCOR06agri, the of the MiAtwe FOLLOWING: 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC) ► Joint assembly design shall be reinforced concrete bell and G Adjustmep s spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING. 1)m -m-Cip r4SIA ft4jU=@RtG SO 9119 A0 111%,be made by4he 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test HOW ,...sa AO phi the a d pressure shall be 5 psi. SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS s$acioatieasr FOLLOWS: t 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) k 09 0 3 pe;:Gent Uom the nppr-G;,sd ACR No field S4691 60-21 Fib 690M. NIA's; pipe 6h"11 most the r. the approval of be A ;�Ic megal, and p;otegsive be-C Chown ;a".Rlaas Qr-;A Igor �tw> the spegifiGZtions. The manufacturer of spiral rib storm sewer pipe shall furnish ttt , 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance staging that the materials furnished comply in all respects with these SECTION 9-04.11 IS A NEW SECTION Specifications.The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. 9-04.11 Butyl Rubber(SA) Unless otherwise specified, spiral nb storm sewer pipe shall Butyl rubber shall conform to ASTM D2000,M1 BG 610. be furnished with pipe ends cut perpendicular to the longitudinal I axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. Conduits SECTION 9-05.4 IS REVISED AS FOLLOWS: Gaafa;m.to Gas of the fallowing GGRAgunt-onse 10 M 36,sect-OR41,12. 9-05.4 Steel Culvert Pipe and Pipe Arch(RC) bar con-r.IG Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type H. Welded seam aluminum fir, coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. SEC770N 9-05.7(2)IS DELETED AND REPLACED BY THE FOLLOWING. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and 9-05.7(2) Reinforced Concrete Storm Sewer Pipe inspected in conformance with Section 9-05.4. The size coating RCS and metal shall be as shown in the Plans or in the Specifications. Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe, helical ribs shall project requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth wipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type Il in single thickness of material. The ribs shall be essentially conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (20 plus or minus 1/8 inch (measured outside to outside) and a SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical FOLLOWING: distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib) The maximum 9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center(measured All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the (134oad) test in accordance with ASTM C76: and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket ioints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adiacent ribs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be included midway Page-SP-SO Revision Date:May 19, 1997 1 9-06 Structural Steel and Related Materials 9-08 Paints so between ribs having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 020 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the 40 bands. metal at the corners of the ribs shall be 0.0625 inch with an When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- proiect outwardly from the smooth pipe wall and shall be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the AW from a single thickom of material. The ribs shall be .37.5_ inch— outside of pipe wall to top surface of the rib). The maximum 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured 4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 480 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs) The radius of bend of the metal at the allowable tolerance of+ 10 percent. corners of the ribs shall be 0.0625 inch with an allowable tolerance of—10 percent. 9-06 Structural Steel and Related Materials 40 SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION. 9-06.5 Bolts 9-05,12(3) CPEP Sewer Pipe(RC) CPEP - Smooth interior pipe and fittings shall be SECTIONS-06.5(4)HAS BEENSUPPLEMENTEDBYADDING: manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4)' Anchor Bolts(RC) Grade P33 or P34 Class C per ASTM D1248. In addition, the All anchor bolts nuts, washers and anchor plates for signal pipe shall comply with all material and stiffness requirements of poles street light poles strain poles or other types of poles shall AASHTO M294. meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer SECTION 9-05.14,[S DELETED: any and all data concerning fabrication, strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor as FOLLOWS: bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light signal and strain poles provided that the (RQ Contractor can submit documentation from the manufacturer 40 specificat Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these ions are be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe.Pipe ends shall be cut evenly.Spiral rib pipe shall 1 The standard anchor bolt for aluminum street light poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of gasket ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die-cut threads on the top end. 2 The anchor bolts for signal poles and strain poles shall 0475 ti i 1i2 f. .t- t,.. n 4a2c_:.,.w (...:..:..,.+.+.) meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or deep at 4 00 inahes center.to Conger. ar ingh specifications provided by the manufacturer. All anchor bolts nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per Section 9.06.5(4). 9-08 Paints SECTION 9-08.8 IS A NEW SECTION: 9-08 8 Manhole Coating System Products(R- r0 For spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material The ribs shall be 3/4 inch wide by 3/4 9-08 8(1) Coating System Specification(RC) inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for 00 Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe, helical ribs shall proiect outwardly from the smooth pipe wall and shall be fabricated 40 from a single thickness of material The ribs shall be 0.375 inch + � Page-SP-51 Revision Date:May 19, 1997 r 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: A. General + Cable 9-29.3 Conductors (RC) 1. Buried Manhole , Surface Color Paint System Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number A. Buried,and White C-1 shown on the plans. exposed No splicing of any traffic signal conductor shall be permitted concrete unless otherwise indicated on the plans. All conductor runs shall surfaces. be pulled to the appropriate signal terminal compartment board 9-08.8(2) Coating Systems with pressure type binding posts. The only exceptions shall be the ir1 splices for detector loops at the nearest function box to the loops A. High Solids Urethane The contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the Coating System: signal and lighting equipment as shown on the plans. All materials Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein, shall Surfaces: Concrete comply with applicable sections of the National Electrical Code. Surface Preparation: In accordance with SSPC SP-7 8• Detector loop wire shall be No. 1234 AWG stranded (Sweep el brush off blast) copper wire, Class B, with chemically cross-linked polyethylene Application: between c The drying time type RHH-RHW insulation of code thickness. between coats shall not exceed 24hours in any case (11)Six- &"i� ommunications cable(04'Ca-shall meet REA specification PE-39 and shall have six—pai&-No. 19 AWG wires System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The cable 40 Coatings: Primer: One coat of Walser shall have a petroleum compound completely filling the inside of MC-Conceal high solids the cable. urethane re D Finish: The shielded communications/signal interconnect cable shall Two or more coats of Walser +w►1 MC-Conceal(min.4.0 DFT) meet the following: 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk 9-23.9 Fly Ash(RC) and meet strict capacitance limits. r 4. Shielding: A corrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A 9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable. 140 5. Outer jacket: A black, low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, FOLLOWING: temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a 9-29.1 Conduit,(RC) continuous covering. 6. Footage markings: footage markings must be printed The conduit P.V.C. - non-metallic shall be of the two types sequentially a minimum of 2' along the outer jacket. indicated below: itt 1. Schedule 80 Extra heavy wall P.V.C. conforming to 7• Filling: the entire cable within the outer iacket is flooded ASTM,Standards, to be used in all installations under roadways. with between the outer jacket gel filling compound including the 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING: 9-29.9 Ballast, Transformers (RC) 9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal to Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE 10 (Diamond pattern)as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires(RC) 1. Signal only: "Signals" The filter shall bd charcoal with elast-omer gasket. tiro 2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cobra 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates. t- Page-SP-52 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical to The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire. aw 9-29.11 Control Equipment FORTIkerl 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plus-in device, rated to monitor has been reset, the controller shall immediately take operate on 120 volts 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of artery sensitive element connected to necessary control relays. The unit gwm ely low. ar shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type, capable of energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per values in the temperature range of-55 degrees C to +70 degrees minute. C The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS. service/contactor cabinet. The photo cell shall be capable of "P switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption(RC) Immediately after a valid call has been received, the SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING: clearance intervals and subsequent pre-emption intervals. aw Pre-emption shall sequence as noted in the contract. Pre-emption 9-29.13 Traffic Signal Controllers(RC) equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not jW alternating current and shall use the power line frequency as a time altered. base The traffic signal controller shall meet the requirements of OR 11 the National Electrical Manufacturers Association (NEMA) Standard Publications. lam• air Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques. Intergrated circuits shall be type units The pre-emption system operation shall be compatible mounted in sockets and shall be easily replaceable with with the 500 Series 3M company "opticom" system which the City 'm soldering All compo Tents shall be standard"Off the shelf" items. of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobstructed establish the sequence of signal phases, including overlaps, in "line of sight" path The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. 00 operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local components: intersection. a Optical energy detectors_which shall be mounted on the asr SECTION 9-29.13(2)IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy emitter's signal. FOLLOWS: b Discriminators which shall cause the signal controller to aw 9-29.13(2) Flashing Operations(RC) go into internal pre-emption which will give the authorized vehicle 2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence located behind the police panel door is turned to the flash position, d c. Pre-emption Indicator Lights. the signals shall immediately revert to flash; however, the Optical Detector dw controller shall "STOP TIME O ." When the switch is placed on O Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b a. Fittings shall meet the specifications of the system 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c Shall operate over a ambient temperature range of-4WF 40 immediately resume normal cyclic operations at the beginning of artery g*w elv low. to +180OF(-40°C to +85°C). 4. Power Interruption. On "NEMA" controllers any power d Shall have internal circuitry encapsulated in a semi- interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture. 40 shall re-energize consistent with No.2 above to ensure an 8 second a Shall rdspond to the optical energy impulses generated by flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro of less than 475 plus or minus 25 milliseconds. shall not cause joule per square meter at the detector, a rise time less than one resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than 40 thirty microseconds. t, Page-SP-S3 Revision Date:May 19, 1997 err 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Discriminator Each module shall do the following: A. Shall provide for a minimum of two channels of optical melhG" �� detector input. b. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or t1 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 611-M-Nouc gap vehicle. actuatiea. When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully- not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards. received, channel called. Switches shall control system power and he controller shall provide for setting each timing interval by simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation the traffic FOLLOWING. signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully-actuated 9-29.13(4) Wifing Diagrams (RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The ndby staoperation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE cell up a starting yellow. FOLLOWING. SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING. 9-29.130 Radio Interference Suppressors A Cornell-Dubiler radio interference filter NF 10801-1 30 9-29.13(nA Environmental, Performance and Test amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic Additionally, all power supplies shall have noise immunity from Controllers(RC) other devices within the cabinet. The traffic signal controller assemblies including the traffic SECTION 9-29.13(7)IS REVISED AND SUPPLEMENTED AS _signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS: out of all timing circuits, phasing and signal operation shall be at 9-29.13(7) Traffic-Actuated Controllers(RC) the City of Renton Signal Shop, Renton Washington. The Signal Traffic-actuated controllers shall be electronic devices which, Shop will make space available to the contractor for the required test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing A complete both, shall operate the electrical traffic signal system at one or more intersections. demonstration by the contractor of all integrated components All solid-state electronic traffic-actuated controllers and their satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The NEMA specifications. hQa- 5=4A publiGation M;IS-16 as parrsiittad,—type 17A ceatrsl demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestated units. Volume-density timing features shall be provided on all control gear when field installed. controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED Eye;y of a -Gong plug sh, !! be ..r a AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for Traffic Actuated N p Controllers (RC) be POF9.0a of a. ei_ �., a �. �._ __ ►... Laaie>y-iastiag. .r. ' :. �.- .... -� �- .As ... f 1- Page-SP-S4 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical an Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate 40 shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable-o-transmitting all detector maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command or or load switching devices. information from the computer all in conformance and within the capability of the muldsonic master computer unit and the Stop Time Bypass Switch interconnect cables. ON SECTION 9 29.13(7)D IS REVISED AND SUPPLEMENTED There shall be a switch in the cabinet identified as the stop AS FOLLOWS: time bypass switch. If the intersection is placed on flashing operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets (RC..SA lip controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness dwu normal cycling operation while the intersection remains in flashing aned4ad--sheet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white jrtr enamel and outside with an approved enamel finish, light gray or DETECTOR test switch aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be clear anodized aluminum. Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: "„' (spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 13/4 inch long and an incandescent lamp socket shall be fumished in the main shall be provided with each cabinet. cabinet A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off" Fail Safe Unit position A second switch shall be the auto-flash switch. When 4W placed in the "flash" position controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. sine wave for all green amber and pedestrian walk indications. c The duration of a display of conflicting indications shall not be long Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene They shall be equipped with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly. e The Controller cabinet shall have a load bay panel with at Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer relays• load switches; and terminal blocks for terrni a-ton of all The controller shall have an input voltage surge protector that „sires contained on a separate panel (the terminal block shall shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications)• aw damage the controller or any of its components. This load bay panel shall be mounted so that when the screws are removed it will be possible to obtain full access to the Field Wiring Terminal terminations on the back of the load bay panel. WWII► There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED By ADDING TAE numbering system is used for the cabinet wiring, then both FOLLOWING: 40 numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC) drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans. Vehicular signal head to provided. housings shall consist of separate sections and be expandable type for vertical mounting Lens shall be glass and meet I.T.E. Specifications for light output Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. IV Page-SP-SS Revision Date:May 19,1997 00 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads(RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal gwsa— ely low baked enamel. The inside of visors, 40 Am[ yellow baked enamel. The inside of the visors and front of front of back plates,and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED. w between the signal head and mast arm. All mounting hardware 1 16{3i D..1....,,,.1,..„„+o•r`.,+ ;,, Sig—Al v a (RC) will be of the top-mount plumbizer type as shown on the standard plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane (RQ and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other 0-'Pp 16(3)8 1' ;„„1,pal,'Gar-,nn"@ m,. m Signal- miscellaneous mounting hardware shall be stainless steel. Hands (RC) SECTION 9-29.16(2)1!HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS. 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt traffic signal lamp rated for 130420 volt operation, 595 minimum Fittings fer T��s A4 snd N iitie h ” h initial ,lumen, 665 rated initial lumen, 8,000-hour minimum, liapainfed,—All etle;-hardware for Gamy—mounts shall be painted 2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow traffic signal lamp. Twelve inch traffic signal heads require gmen aked enamel 420130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1)IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base.Bulbs shall be installed with the opening between the filament so ends up. 9-29.18(1) Induction Loop Detectors (RC) Detector amplifiers shall be Detector Systems model 810A or SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. equal. I 9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. Amplifiers—mstalJod pal),G-4oaftis P! aluminum of the tunnel type, unless specified otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS. have square doors. g�(RC) 9-29.20 Pedestrian Si SECTION 9-29.16 C HAS BEEN REVISED AS FOLLOWS: �) Pedestrian signals shall be either lacaadasGeiu- fiber optic or neon-grid type, or other types as specified in the contract. 9-29.16(2)C Louvered Visors RC Pedestrian signals shall conform to TTE Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). ar furnished and installed. Directional louvers shall be constructed to Ir"GandefiGmt pedesWan signal heMs shall employ &444-w= have a snug fit in th6 signal visor. The outside cylinder shall be constructed of alumin ,and the louvers shall be constructed of anodized aluminum painted flat black. fr Dimensions and arrangement of louvers shall be as shown in the contract. s minimum at 4 142 inrlias high Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with 9-29.16(2)D Back Plates(RC) two coats of factory applied traffic signal ellow enamel. I Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(l) IS REPLACED BY ADDING ( so heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION: half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in 9-29.20(1) Fiber Optic Type(RC) back. The fiber optics:shall be drawn from optical glass of high to purity. The fibers shall be temperature resistant. The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime r Page-SP-56 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(l) IS DELETED AND REPLACED WITa 53 microns. Each single arm in the harness shall contain THE FOLLOWING: approximately 300 fibers. The optical sheathing shall have a wall +wa thickness of at least 1.5 microns. The common end of each bundle 9'29. 6 Painting(RC) The 2 finish coat shall be a factory baked on enamel light grey shall have a hexagonal bundle format. The common bundle end in color. The galvanized surface shall be etched before the baked and each arm end shall be epoxied and optically polished. The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of to dichroic reflector.The lamp shall use built-in,lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). No temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors 40 together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following housing. The matrix plate shalt be constructed of 0.125 thick equipment shall be featured within the cabinet. +rr aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I.Type Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) rw display shall not require a cone for magnification,and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits CM light points. All components shall be fastened to the flat black volt matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal service 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a rugged plastic module. 12. Meter base sections are unnecessary twr SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: Wall The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC) Orr electronic ballast,no external transformer,and operate at 30 watts. The pole mounted terminal box shall be made of molded The heads shall display two symbol messages, "hand" (for the do not walk mode) in Portland orange and 'Man' (for the walk fiberglass be grey in color, be approximately 16" high x 13-7/8" m wide x 5-718' deep and have a minimum of 16 terminals on the ode) in lunar white. The message module shall consist of two +m neon gas tubes enclosed in a housing made of polycarbonate terminal blocks The box shall be weather tight,have a single door p with continuous hinge on one side and screw hold downs on the plastic. The lens material shall be polycarbonate plastic. The visors shall be flat black in color. door locking side All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to .. SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty,barrier type. Each 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in +w The signal/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell .r. with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. 1. Page-SP-57 Revision Date:May 19, 1997 aw 9-30 Water Distribution Materials 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) + SECTION 9-30.I(1)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Groundhog, SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts(RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. U;Gknerr 01-C . All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0"or approved equal with blue label "water. the Plans' SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS 40 9-30.3 Valves FOLLOWS: SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW.- 9-30.3(') Combination Air Release/Air Vacuum Valves (RC) 0 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty,' combination air release valve or pressure of 200 PSI.-Gate valves shall be Iowa List 14 Mueller equal. Company No.A2380,Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision. obtained prior to bid opening. Piping and fitting shall be copper or brass Location of the air All Rate valves less than 12" in diameter shall include an 8' x release valve as show on the plans is approximate The installation 4 24" cast iron Rate valve box and extensions, as required. All 12" shall be set at the high point of the line. diameter and larger Rate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS. Water Standard Detail for 12' gate valve assembly vault and 1" bypass installation. 9-30.3(8) Tapping Sleeve and Valve Assembly(RC) ' Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron staialess-steelT body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel,or other approved material. and O-ring stuffing box. RESUIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION.- rlr Resilient seated Rate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly(RC) exceed the requirements of AWWA Standard C509 latest revisions All external and internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be#78 Kupferle Foundry valve shall be coated for corrosion protection with fusion bonded Co. or approved equal. Installation of blow-off permanent blow- epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized Blow-off requirements of AWWA Standard C-550 latest revision. Valves assembly shall be installed at location(s) shown on the plans shall be provided with two (2) internal O-ring stems seals. The Temporary blow-off assembly on new dead-end water main shall valves shall be equipped with one (1) anti-friction washer. The be installed at location shown on the plans. resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be so integrally cast. considered incidental to the contract and no additional payment Manufacturers of Resilient Seated gate Valves shall provide shall be made. the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints, flanged ioints or Fire hydrants shall be Iowa, Corey Type (opening with the mechanical by flanged ioints as shown on the proiect plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250. Approval must be obtained prior to bid opening. Clow,M&H Style 3067,Mueller Series 2370,Kennedy. Compression type fire hydrants (opening against pressure) Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929 Mueller Super Centurion to obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-85. in diameter shall include an 8"x24" cast iron gate valve box and extensions,as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a ` concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description t. Page-SP-58 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials wr SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant THE FOLLOWING: adapter with 1/8"coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard ow 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS or compression type (opening against pressure) conforming to FOLLOWS: AWWA C-502-85 with a 6 inch mechanical ioint inlet and a main "w valve opening (M.V.O.) of 5 1/4 inches two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and 9-30.6(3) Service Pipe one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) per inch 60 degrees V. Threads outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe (RC) The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS. proportions as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be compression type with suitable neoprene gaskets for positive water tightness under test gripper ring. pressures. 40 The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS. extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC) Stortz face to be metal no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. arr arr trr ar err rr w +ww r. Page-SP-59 Revision Date:May 19, 1997 ww WSDOT AMENDMENTS WSDOT AMENDMENTS we INDEX TO WSDOT AMENDMENTS 40 WSDOT AMENDMENTS The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road, it Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those w SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. SECTION 1 SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03, ROADWAY EXCAVATION CONDITIONS AND EMBANKMENT (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock 04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of (March 3, 1997) Common Borrow is added. "Increased or Decreased Quantities" revised. "Embankments at Bridge and Trestle Ends" formula revised. 07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION RESPONSIBILITIES TO TAE PUBLIC (March 3, 1997) (March 3, 1997) � Anew Amendment. Sub-section 2-09.3(4) Anew Amendment. Sub-section 1-07.9(5) Required Documents is revised. Sub-section Construction Requirements, Structure Excavation, 1-07.13(4) Repair of Damage is added. Class B, Sub-section 2-09.4 Measurement, and "Required Records and Retention" revised. Sub-section 2-09.5 Payment are revised. Sub- section 2-09.3(1)E Backfilling, Controlled Density 09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. +wr (March 3, 1997) "Payment for Material on Hand" revised. SECTION 3 10.AP1 SECTION 1-10, TEMPORARY TRAFFIC 02.AP3 SECTION 3-02, STOCKPILING wr CONTROL (March 3, 1997) AGGREGATES A new Amendment. Sub-section 1-10.3(5) (March Temporary Traffic Control Devices is revised. "Asphalt t Concrete Aggregates" revised. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. r 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT (September 30, 1996) 10 A new Amendment. Sub-section 5-04.3(10)B Control is revised. +rw t- Page-SP-60 Revision Date:May 19, 1997 VW WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 6 0 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.APS SECTION 8-09, RAISED PAVEMENT (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Wj Placement is added. Sub-section 6-02.3(l l) Section revised St. Item from plural to singular. Curing Concrete is added. 10.AP8 SECTION 8-10, GUIDE POSTS "Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996) to and "Field Bending"are revised. A new Amendment. Sub-section 8-10.2 Materials 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3, 1997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment 11.AP8 SECTION 8-11, GUARDRAIL is supplemented with an additional item. Sub- (March 3, 1997) section 6-10.3(1) Precast Concrete Barrier is added. Anchor Installation revised. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) SECTION 7 "Materials", and "Measurement" are revised. 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATOR CATCH BASINS SYSTEMS (March 3, 1997) (March 3, 1992) 40 Revised to include drywells. New standard item Construction Requirements revised. 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4) ANCHORS Foundations is revised. Sub-section 8-20.3(13)A wfi Light standards is added. This section is deleted in its entirety. (March 1997) "Equipment List and Drawings" revised. 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING ww INSTALLATION REQUIREMENTS (March 3, 1997) (March 3, 1997) A new Amendment. Sub-section 8-21.3(6) Sign Refacing is revised. Sub-section 8-21.2 Materials Anew Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is Sub-section 7-08.3(2)D Pipe Laying--Steel or added. Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials" r Sub-section 7-08.5 Payment are revised. are revised. "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING "Standard plan for pipe collars pending. (March 3, 1997) 17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 Measurement is revised. (March 3, 1997) "Materials" revised. A new Amendment. Sub-section 7-17.3(2)C Infiltration Test is revised. Sub-section 7-17.2 Materials is added. "Infiltration Test" revised. 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) Page-SP-61 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS "" SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) OLAP9 SECTION 9-01, PORTLAND CEMENT Anew Amendment. Sub-section 9-10.1 Timber 00 (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. .rr Report Number". 11.AP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BI'T'UMINOUS MATERIALS (March 3, 1997) (March 3, 1997) Asphalt waterproofing revised. so "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS 03.14(2) Select Borrow is revised. (March 3, 1997) am "Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) r (March 3, 1997) "Posts and Blocks", revised. "Joint Mortar" revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS CULVERTS, AND CONDUITS (September 30, 1996) A new Amendment. Sub-section 9-17.1 General (March 3, 1997) is revised. A new Amendment. Sub-section 9-05.6(4) Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT ` 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1) wrr Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub- 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION Specifications. GEOTEXTILE wr 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised. «r - Placing in Treating Cylinders is revised.. r %W 40 r- Page-SP-62 Revision Date:May 19, 1997 4W in to 4r io to 64 awe WSDOT AMENDMENTS or to lw 1 WSDOT.DOC\ 6w wr .rr +r WSDOT AMENDMENTS OW The following WSDOT Amendments are the complete text of all 00 Amendments to the WSDOT/APWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of so Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. 40 to OW O. OW d. Page"D-i Revision Date:May 19, 1997 aw to Table of Contents 40 WSDOTAMENDMENTS...................................................................................................................................i SECTION 1-04,SCOPE OF THE WORK March 3, 1997......................................................................................... 5 1-04.6 Increased or Decreased Quantities........................................................................................................5 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 ................................5 too 1-07.9(5) Required Documents ..................................................................................................................... 5 1-07.11(10)B Required Records and Retention................................................................................................. 5 1-07.13(4) Repair of Damage........................................................................................................................ 5 SECTION 1-09,MEASUREMENT AND PAYMENT March 3, 1997........................................................................... 6 1-09.8 Payment for Material on Hand............................................................................................................ 6 rlfli SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 1997 ........................................................................ 6 1-10.2(1) Traffic Control Supervisor.............................................................................................................. 6 1-10.2(1) General...................................................................................................................................... 6 1-10.2(3) Conformance to Established Standards.............................................................................................. 8 r 1-10.3(1) Traffic Control Labor.................................................................................................................... 8 1-10.3(2) Traffic Control Vehicle.................................................................................................................. 8 1-10.3(5) Temporary Traffic Control Devices................................................................................................... 8 1-10.4 Measurement .................................................................................................................................. 9 1-10.5 Payment......................................................................................................................................... 9 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10 2-03.3(14)I Embankments at Bridge and Trestle Ends.......................................................................................10 2-03.3(14)K Select or Common Borrow Including Haul.....................................................................................10 SECTION 2-09,STRUCTURE EXCAVATION March 3, 1997..................................................................................10 2-09.3(1)E Backfilling ...............................................................................................................................10 2-09.4 Measurement .................................................................................................................................11 2-09.5 Payment........................................................................................................................................11 SECTION 3-02,STOCKPILING AGGREGATES March 3, 1997..............................................................................11 3-02.3(1) Asphalt Concrete Aggregates..........................................................................................................11 SECTION 6-02 CONCRETE STRUCTURES March 3 1997 11 6-02.3(4)D Temperature and Time For Placement............................................................................................11 6-02.3(11) Curing Concrete........................................................................................................................12 6-02.3(17)J Face Lumber,Studs,Wales, and Metal Forms ................................................................................12 6-02.3(24)A Field Bending..........................................................................................................................12 6-02.3(25)F Prestress Release......................................................................................................................12 SECTION 6-10,CONCRETE BARRIER March 3, 1997..........................................................................................13 to 6-10.3(1) Precast Concrete Barrier...............................................................................................................13 6-10.5 Payment........................................................................................................................................13 SECTION 7-05,MANHOLES, INLETS,AND CATCH BASINS March 3, 1997...........................................................13 40 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS...............................................................13 7-05.1 Description....................................................................................................................................13 Sri 7-05.2 Materials.......................................................................................................................................13 7-05.3 Construction Requirements................................................................................................................14 7-05.4 Measurement.................................................................................................................................14 7-05.5 Payment........................................................................................................................................14 SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997.................................................................................15 Page-AMD-ii Revision Date:May 19, 1997 �wr SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15 7-08.2 Material s.......................................................................................................................................15 7-08.3(1)A Trenches..................................................................................................................................15 +rr 7-08.3(1)C Pipe Zone Bedding ...............................................................15 7-08.3(1)C Bedding the Pipe.........................................................................................................................15 748.3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 7-08.3(2)G Jointing of Dissimilar Pi 16 7-08.4 Measurement.................................................................................................................................16 7-08.5 Payment........................................................................................................................................ to SECTION 7-17,SANITARY SEWERS March 3, 1997 ............................................................................................16 7-17.2 Materials.......................................................................................................................................16 7-17.3(2)C Infiltration Test.........................................................................................................................17 to SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997 .............................................................................17 8-09.1 Description....................................................................................................................................17 8-09.3 Construction Requirements................................................................................................................17 8-09.3(5) Recessed Pavement Marker..............................................................................................................17 fm 8-09.5 Payment........................................................................................................................................17 SECTION8-11, GUARDRAIL March 3, 1997.......................................................................................................17 anw 8-11.3(1)C Erection of Rail.........................................................................................................................17 8-11.3(1)D Anchor Installation....................................................................................................................18 SECTION8-15,RIPRAP March 3,1997..............................................................................................................18 wwr8-15.2 Materials.......................................................................................................................................18 8-15.4 Measurement.................................................................................................................................18 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3, 1997........................................................................18 w 8-17.3 Construction Requirements................................................................................................................18 SECTION 8-20,ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18 ANDELECTRICAL March 3, 1997....................................................................................................................19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 8-20.3(13)A Light Standards.......................................................................................................................19 iW SECTION 8-21,PERMANENT SIGNING March 3, 1997........................................................................................19 8-21.2 Materials.......................................................................................................................................19 8-21.3 Construction Requirements................................................................................................................19 8-21.3(4) Sign Removal..............................................................................................................................19 8-21.3(9)F Bases ......................................................................................................................................20 8-21.3(10)A Sign Lighting Luminaires...........................................................................................................20 wr8-21.3(9)G Identification Plates...................................................................................................................20 8-21.3(12) Steel Sign Posts..........................................................................................................................20 SECTION 8-22, PAVEMENT MARKINGS March 3, 1997.......................................................................................21 wr8-22.2 Material s.......................................................................................................................................21 SECTION 9-02,BITUMINOUS MATERIALS March 3, 1997...................................................................................21 rr9-02.4 Anti-Stripping Additive....................................................................................................................21 SECTION9-03, AGGREGATES March 3,1997....................................................................................................21 9-03.12 Gravel Backfill..............................................................................................................................21 vrr 9-03.12(5) Gravel Backfill for Drywells.........................................................................................................22 9-03.14(2) Select Borrow............................................................................................................................22 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22 +rr 9-04.3 Joint Mortar .....................22 ............................................................................................................. SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS March 3, 1997.........................................22 ow9-05.4(7) Coupling Bands...........................................................................................................................22 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe,and PVC Sanitary Sewer Pipe.................22 Page AMD-iii Revision Date:May 19, 1997 aw 9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe...22 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ................................................23 9-06.16 Roadside Sign Structures..................................................................................................................24 9-06.5(3) High Strength Bolts......................................................................................................................24 9-06.5(4) Anchor Bolts...............................................................................................................................24 9-06.5(5) Bolt, Nut, and Washer Specifications......................................................................................................25 IN SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 9-09.3(1)B Placing in Treating Cylinders .......................................................................................................25 SECTION 9-11, WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproofing................................................................................................................25 SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins ...........................................................................................................26 9-12.7 Precast Concrete Drywells.................................................................................................................26 Nrr SECTION 9-13,RIPRAP,QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS March 3, 1997....................26 9-13.4 Concrete Slab Riprap.......................................................................................................................26 SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997 ....................................................................................26 9-16.3(1) Rail Element...............................................................................................................................26 9-16.3(2) Posts and Blocks..........................................................................................................................26 sit 9-16.3(5) Anchors.....................................................................................................................................27 rrl 410 4 4rlr 1 411 Page-AMD-iv Revision Date:May 19, 1997 No +rr 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage { TC "SECTION 1-04, SCOPE OF THE WORK" }SECTION 1-049 SCOPE OF THE 2 WORK I March 3, 1997 I 1-04.6 Increased or Decreased Quantities The first sentence of Item no. 1 in the first paragraph is revised to read: 6 I Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the original bid quantity. 9 4 Item no.2 in the first paragraph is revised to read: I all Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due I solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount i originally bid for the item. 0 7 Item no.4 in the second paragraph is deleted. ow { TC "SECTION 1-079 LEGAL RELATIONS AND RESPONSIBILITIES TO THE 9 PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC #i March 3, 1997 �2 1-07.90 Required Documents 3 The fifth sentence of the third paragraph is revised to read: NSA 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in 6 the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the 7 contract provisions. W9 9 1-07.11(10)B Required Records and Retention ow 0 The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FHWA 1391". 1 2 The third paragraph is revised to read: w3 4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the 5 Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all VAW6 Contracting Agency funded projects,and those Federally funded projects under$100,000. 7 8 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: 0 1 For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section �2 1-04.4 Page-AMD-S Revision Date:May 19, 1997 VW 1-09.8 Payment for Material on Hand 1-10.2(1) General fig 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" )SECTION 1-09, 2 MEASUREMENT AND PAYMENT + ► 3 March 3, 1997 4 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: +r 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 to 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: 3 t 4 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS o in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. to 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have to 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in the traffic control system. 7 fit 8 1-10.2(1)A Traffic Control Manager 9 The duties of the Traffic Control Manager include: 10 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s) with the Engineer. t, 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 40 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency Orr 9 agencies, school districts, and transit companies. 0 - 710 Page AMD-6 Revision Date:May 19, 1997 40 +■r 1-10.2(l) General 1-10.2(1) General 1 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications lot available at all times on the project. 7 6. Attending all project meetings where traffic management is discussed. m9 0 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. I 2 1-10.2(1)B Traffic Control Supervisor 3 A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 5 . The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be 5 able to be on the jobsite within a 45-minute time period after notification by the Engineer. M7 8 The TCS's duties shall include: 00) 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, 1 message, cleanliness, and effect on the traveling public. Traffic control devices shall be 2 inspected each work shift except that Class A signs and nighttime lighting need to be checked ,03 only once a week. Traffic control devices left in place for 24 hours or more should also be 4 inspected once during the nonworking hours when they are initially set up (during daylight or 5 darkness, whichever is opposite of the working hours). �7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be 8 submitted to the Engineer no later than the end of the next working day to become a part of the all project records. The Contractor may use their own form if it is approved by the Engineer. 0 Include in the diary such items as: 1 2 a. When signs and traffic control devices are installed and removed, wo 3 b. Location and condition of signs and traffic control devices, 4 c. Revisions to the traffic control plan, 5 d. Lighting utilized at night, and ""6 e. Observations of traffic conditions. 7 8 3. Ensuring that corrections are made if traffic control devices are not functioning as required. 009 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as 0 long as the original intent of the traffic control plan is maintained and the revision has 1 concurrence of the WSDOT TCS. ow 2 3 4. Attending traffic control coordinating meetings or coordination activities as authorized by the 4 Engineer. 5 6 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS 7 are accomplished. Possession of a current flagging card by the TCS is mandatory. Wrr 8 9 A reflective vest and hard hat shall be worn by the TCS. 0 so Page-"D-7 Revision Date:May 19, 1997 wr 1-10.2(3) Conformance to Established Standards 1-10.3(5) Temporary Traffic Control Devices tw 1 1-10.2(3) Conformance to Established Standards 2 This section is supplemented with the following: 3 4 The.condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 1 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and 8 replaced within 12 hours. 9 0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American 1 Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 410 2 898-5400, FAX (703) 898-5510. 3 4W 4 1-10.3(1) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: to 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. Orr 9 0 1-10.3(2) Traffic Control Vehicle to 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing r� 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: to 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary too 0 storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer. at 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 5 degrees. wr 6 7 1-10.30 Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: 9 r 0 When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item. 4 490 Page AMD-8 Revision Date:May 19, 1997 11, r 1-10.4 Measurement 1-10.5 Payment 1 1-10.4 Measurement 002 The fourth paragraph is revised to read: 3 4 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties ""05 described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts. 7 "'8 The following paragraph is inserted after the fourth paragraph: 9 0 No unit of measure will apply to the position of traffic control manager and it will be considered incidental to I+1 unit contract prices. When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. 3 4 The sixth paragraph is revised to read: 5 6 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used +r7 for the previously described work. The Contractor may use more than one vehicle to perform this work, 8 however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. 9 Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing WWO the work required by this section but will be excluded from payment under this section. 1 aw2 1-10.5 Payment 3 The bid item "Traffic Control Supervisor", per day, is revised to read: 4 5 "Traffic Control Supervisor", per hour. 6 7 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: rr 8 9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person 0 performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read 3 "Section 1-10.3(5)". 4 5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read: 6 OW 7 The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for 8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for 9 under the item "Traffic Control Labor" or "Traffic Control Supervisor". rrr 0 1 The last paragraph of this section is deleted. Page-"D-9 Revision Date:May 19, 1997 wr 2-03.3(14)1 Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfilling 16 1 { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT" 2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT ► 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: rrr 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the to 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the 0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers i and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet to 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) 40 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft3 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear. 0 any added cost that results from the change. 1 2 2-03.3(14)K Select or Common Borrow Including Haul „ 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-09, 6 STRUCTURE EXCAVATION 7 March 3, 1997 8 2-09.3(1)E Backfilling 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 1 Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) 9 40 Page-AMD-10 Revision Date:May 19, 1997 �r 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement I 2-09.4 Measurement W2 Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: 4 "15 For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be 6 calculated based on the following trench width: 088 For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. 0 For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. +W1 2 Under "Horizontal Limits" the following new paragraph is added: 3 "04 For drywells, the limits shall be in accordance with the Standard Plans. 5 6 The paragraph for "Gravel Backfill" is revised to read: try s Gravel Backfill 9 Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the two cubic yard in place determined by the neat lines required by the Plans. 1 w,2 2-09.5 Payment 3 The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. �4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" )SECTION 3-02, 5 STOCKPILING AGGREGATES W6 March 3, 1997 w7 3-02.3(1) Asphalt Concrete Aggregates 8 The first paragraph is revised to read: 9 0 Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the 1 class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size 2 shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, 3 except as modified in Section 9-03.8. ,w4 { TC "SECTION 6-02, CONCRETE STRUCTURES" )SECTION 6-02, CONCRETE 5 STRUCTURES 6 March 3, 1997 10 7 6-02.3(4)D Temperature and Time For Placement VW 8 The first paragraph is supplemented with the following: 9 to Page-AMD-II Revision Date:May 19, 1997 tr 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release 4 1 Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. 3 4 6-02.3(11) Curing Concrete 5 Item number 1 of the first paragraph is revised to read: 6 7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, 8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)J is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the no 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 401 8 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: 0 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and fib 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: 116 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. *0 9 o 6-02.3(25)F Prestress Release to 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 46 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the "o 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the o Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of 1 the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. to air Page AMD-12 Revision Date:May 19, 1997 6-10.3(l) Precast Concrete Barrier 7-05.2 Materials { TC "SECTION 6-109 CONCRETE BARRIER" }SECTION 6-10, CONCRETE •,�t BARRIER 3 March 3, 1997 *. 4 6-10.3(1) Precast Concrete Barrier .jjjj The first two paragraphs are replaced with the following paragraph: 6 7 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No „, concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same 9 conditions show the concrete has reached 4000 psi. rt The fifth paragraph is revised to read: 2 3 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be Vol cured in the forms until a rebound number test, or test cylinders which have been cured under the same 5 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No 6 additional curing is required once the barrier is removed from the forms. 7 err 8 6-10.5 Payment ' 9 Section 6-10.5, Payment, is supplemented with the following: 0 1 "Single Slope Concrete Barrier", per linear foot. 002 The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. w4 { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" }SECTION 5 7-05, MANHOLES, INLETS, AND CATCH BASINS ow 6 March 3, 1997 7 The title of this section is revised to read: r 8 9 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS "0 4W 1 7-05.1 Description 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". 3 4 7-05.2 Materials r 5 This section is supplemented with the following: 6 7 Crushed Surfacing Base Course 9-03.9(3) r 8 Gravel Backfill For Drywells 9-03.12(5) Page-"D-13 Revision Date:May 19, 1997 WW 7-05.3 Construction Requirements 7-05.5 Payment ig 1 Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, 40 3 Moderate Survivability 9-33.1 4 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: 7 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in 0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the to i drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell. 3 too 4 The third paragraph is deleted. 5 6 The eighth paragraph is supplemented with the following: err 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 o The 15th paragraph is revised to read: 1 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of W 3 Section 2-09. 4 5 The 16th paragraph is revised to read: 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. 9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures o shall conform to the requirements of the Standard Plan except as approved by the Engineer. 1 ISO 2 7-05.4 Measurement 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 6 7 7-05.5 Payment err 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 0 "Abandon Existing Manhole", per each. 1 2 This section is supplemented with the following: 3 t 4 "Precast Concrete Drywell", per each. i Page-AMD-14 Revision Date:May 19, 1997 7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum 1 The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and `"'9 drainage geotextile. t { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06, VW CONCRETE PIPE ANCHORS i March 3, 1997 d. 7 This section is deleted in its entirety. { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS" 9 }SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 7-08.2 Materials VW 2 This section is revised to read: { 00, Materials shall meet the requirements of the following sections: 5 i Gravel Backfill for Foundations 9-03.12(1) M„„ Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 8 Bedding Material for Thermoplastic Pipe 9-03.16 wr 0 7-08.3(1)A Trenches The second paragraph is revised to read: "'2 3 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given I by the Engineer. i 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: Z "M 9 7-08.3(1)C Bedding the Pipe In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone �+ bedding". 2 "'3 7-08.3(2)D Pipe Laying - Steel or Aluminum t The first paragraph is revised to read: 40� 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of 7 circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed together with approved bands. Page-AMD-I5 Revision Date:May 19, 1997 MW 7-08.3(2)G Jointing of Dissimilar Pipe 7-17.3(2)C Infiltration Test 1 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: 4 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. 7 8 7-08.4 Measurement rrr 9 The following new paragraph is inserted after the first paragraph: 0 1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert ow 2 and storm sewer pipes. 3 rliir 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": 9 0 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the i installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 8 { TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY 9 SEWERS to o March 3, 1997 1 7-17.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 110 4 5 The fourth paragraph is supplemented with the following: 6 t� 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test 0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per t 1 hour)". Page-AMD-16 Revision Date:May 19, 1997 no 8-09.1 Description 8-11.3(1)D Anchor Installation 1 { TC "SECTION 8-099 RAISED PAVEMENT MARKER" }SECTION 8-099 RAISED PAVEMENT MARKER 3 March 3, 1997 4 8-09.1 Description ,mss The word "raised" is deleted from the first and second sentences. 6 7 8-09.3 Construction Requirements 8 This Section is revised by adding the following new Section: 9 u 0 8-09.3(5) Recessed Pavement Marker ,W1 The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. 3 ar 4 8-09.5 Payment 5 The first paragraph is supplemented with the following new bid item: '06 7 "Recessed Pavement Marker", per hundred. 8 *09 The second paragraph is revised to read: 0 1 The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2 2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with 4 traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. err 5 { TC "SECTION 8-119 GUARDRAIL" }SECTION 8-11, GUARDRAIL 6 March 3, 1997 7 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: 9 o When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be 1 installed. The inside and outside rail elements shall not be staggered. 2 rw 3 8-11.3(1)D Anchor Installation 4 The heading is revised to read: 5 6 Terminal and Anchor Installation 7 8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes". Page-AMD-17 Revision Date:May 19, 1997 YAW 8-15.2 Materials 8-20.2(1) Equipment List and Drawings to 1 2 This section is supplemented with the following: to 3 4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 { TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP 9 March 3, 1997 10 0 8-15.2 Materials i The reference to Slab Riprap in the first paragraph is deleted. rr 2 3 8-15.4 Measurement to 4 The third paragraph is revised to read: 5 40 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. t, 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS o March 3, 1997 1 8-17.3 Construction Requirements t 2 The following paragraph is inserted before the first paragraph: 3 rrr 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been-trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 10 7 8 The first sentence of the first paragraph is revised to read: 9 o Assembly and installation shall be in accordance with the manufacturer's recommendations. 40 1 { TC "SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ,W 2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: 7 Page-AMD-18 Revision Date:May 19, 1997 air, 8-20.3(13)A Light Standards 8-21.3(9)F Bases 1 The Contractor will not be required to submit shop drawings for approval for light standards conforming to the 2 pre-approved plans listed in the Qualified Products List. n 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. 5 vrr7 The first sentence of Item No. 4 in the third paragraph is deleted. s { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT 09 SIGNING 9 March 3, 1997 MW 1 8-21.2 Materials lime The second sentence of the first paragraph is revised to read: 3 i Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the "+c requirements of Section 9-06. 5 No 7 8-21.3 Construction Requirements to 8 8-21.3(4) Sign Removal +rr This section is revised to read: 0 1 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign 2 structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete 0*3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the 4 Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the 5 post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, "06 metal sign posts, windbeams, and other metal structural members shall become the property of the 7 Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. 5 The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: "'4 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number 0 shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense 1 to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical "`l completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall 3 become the property of the Contractor and removed from the project. The Contractor will be charged 4 $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. %05 6 8-21.3(9)F Bases 7 The second sentence of the second paragraph is revised to read: 8 Im Page AMD-19 Revision Date:May 19, 1997 rrr. 8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials 1 Spiral foundation reinforcement shall conform to ASI M A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases. Ir 3 4 The second paragraph is supplemented with the following: 5 *0 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 7 44 8 8-21.3(10)A Sign Lighting Luminaires 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". 0 GO 1 This section is revised by adding the following new sections: 2 No 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 4W 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. eml 8 9 8-21.3(12) Steel Sign Posts of 0 Steel sign posts shall be connected to concrete bases using the following procedure: 1 2 1. Remove all galvanized runs and beads from washer area. to 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. ow 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. 416 9 0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 { TC "SECTION 8-22, PAVEMENT MARKINGS" }SECTION 8-22, PAVEMENT go 5 MARKINGS 6 March 3, 1997 0 7 8-22.2 Materials Igo 8 The first sentence is revised to read: 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. 2 3 8-22.4 Measurement Page-AMD-20 Revision Date:May 19, 1997 ww 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow 1 The second sentence of the eighth paragraph is revised to read: 2 aw 3 Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for 4 the area actually removed. ON 5 { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-029 6 BITUMINOUS MATERIALS Qw7 March 3, 1997 8 9-02.4 Anti-Stripping Additive 9 This section is revised in its entirety to read: 0 1 When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the 2 option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the .r 3 aggregate on the cold feed. Once the process and type of anti-stripping additive proposed by the Contractor 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and 5 amount of anti-stripping additive shall not be changed without approval of the Engineer. 6 VW 7 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the 8 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. 9 0 When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall 1 not exceed 0.67 percent by mass (weight) of the aggregate. 2 3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered 4 based on a proposal from the Contractor. 5 { TC "SECTION 9-03, AGGREGATES" }SECTION 9-039 AGGREGATES 6 March 3, 1997 7 9-03.12 Gravel Backfill 8 This section is supplemented with the following new section: 9 am 0 9-03.12(5) Gravel Backfill for Drywells i Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, r 2 Grading No. 4 in accordance with Section 9-03.1(3)C. 3 4 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." 4W r Page-"D-21 Revision Date:May 19, 1997 aw 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe I { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" )SECTION 9- fill 2 049 JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 0 4 9-04.3 Joint Mortar 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" re 0 }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS i March 3, 1997 2 9-05.4(7) Coupling Bands 3 The first paragraph is supplemented with the following: 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 0 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 1 PVC Sanitary Sewer Pipe 2 The section heading is revised to read: 3 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC 5 Sanitary Sewer Pipe vim 6 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: go 8 9 "solid wall PVC sanitary sewer pipe" o M6 1 The third paragraph is revised to read: 2 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. to 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: . 7 (so Page-AMD-22 Revision Date:May 19, 1997 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe lot 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC 2 Sanitary Sewer Pipe s wo The first paragraph is revised to read: 5 5 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO ■w M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM 8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. aw The first sentence of the third paragraph is revised to read: I t Qualified producers are identified in the Qualified Products List. .d 4 The fifth paragraph is revised to read: 5 „ 5 Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. as 9-05.19 Corrugated Polyethylene Culvert Pipe 9 The second sentence of the first paragraph is revised to read: J The maximum pipe diameter shall be as specified in the Qualified Products List. 2 3 The first sentence of the fourth paragraph is revised to read: 04 5 Qualified producers are identified in the Qualified Products List. 6 " 7 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 8 The first subparagraph in the first paragraph is revised to read: 9 "'"0 The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a 1 producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. `02 { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS" 3 }SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS M4 March 3, 1997 5 This section is revised by adding the following: 106 7 9-06.16 Roadside Sign Structures 008 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. 9 0 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. 001 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the 3 requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable io 4 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 go Revision Date:May 19, 1997 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer Specifications so 1 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M to 3 222, AASHTO M 223, or ASTM A 572 Grade 50. 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: go 6 7 brackets Aluminum Alloy 6061 T-6 8 bosses for Type 2B brackets ASTM A 582 so 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded 1 portion. AISI 1038 steel rod and AISI lie 2 1008 coil for cage portion. 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as to 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. 8 Type 2B 47,000 to 57,000 lb. 9 0 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass 2 conforming to ASTM B 36. 3 wri 4 9-06.5(3) High Strength Bolts 5 The first two sentences of the second paragraph are revised to read: r 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. 1 lot 2 9-06.5(4) Anchor Bolts 3 The first paragraph is revised to read: 1W 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results. 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436". Page-AMD-24 Revision Date:May 19, 1997 9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins 1 { TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND g02 LUMBER 3 March 3, 1997 4 9-09.3(1)B Placing in Treating Cylinders fs The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade 6 Requirements Table are deleted. 7 408 The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. 9 { TC "SECTION 9-11, WATERPROOFING" )SECTION 9-11, WATERPROOFING ro March 3, 1997 dal 9-11.1 Asphalt for Waterproofing 2 In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41". 3 { TC "SECTION 9-12, MASONRY UNITS" }SECTION 9-12, MASONRY UNITS 4 March 3, 1997 5 9-12.4 Precast Concrete Manholes 016 This section is revised to read: 7 8 Precast concrete manholes shall meet the requirements of AASHTO M 199. wig o The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral 1 displacement. irii 2 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections 4 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type W5 III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 7 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the w8 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. 0 1 9-12.5 Precast Concrete Catch Basins 2 This section is supplemented with the following: 3 4 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 5 6 Section 9-12 is supplemented with the following new section: 7 Page-AMD-25 Revision Date:May 19, 1997 +rr 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors 6 1 9-12.7 Precast Concrete Drywells 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND 7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS 9 March 3, 1997 o 9-13.4 Concrete Slab Riprap 1 This section is deleted. 2 IV 3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-169 FENCE AND 4 GUARDRAIL W 5 March 3, 1997 6 9-16.3(1) Rail Element 7 The first paragraph is revised to read: ui 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail 1 elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 o 9-16.30 Anchors ` 1 The following paragraph is inserted after the third paragraph: 2 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". Page AMD-26 Revision Date:May 19, 1997 Aw 10 Ali SPECIAL PROVISIONS SP[{CPROV CXX'\ rr City ofRen ton East Valley Lift Station Replacement Summer 2003 TABLE OF CONTENTS Division1 General...........................................................................................................................1-1 +wr 1.1 Project Description........................................................................................................1-1 1.2 Summary of Work..........................................................................................................1-1 ,w A. Work by Others..............................................................................................................1-1 B. Owner Use of Project Sites...........................................................................................1-1 1.3 Contractor's Responsibility .......1-2 1.4 Standard Specifications..................................................................................................1-3 1.5 Permits and Licenses......................................................................................................1-3 1.6 Pre-Construction Conference.......................................................................................1-3 1.7 Submittal and Shop Drawings......................................................................................1-4 1.8 Substitutions....................................................................................................................1-6 vA. Prior to Bid Opening.....................................................................................................1-6 B. After Contract Execution..............................................................................................1-6 1.9 Site Control.....................................................................................................................1-6 1.10 Owner Standard Locks and Keys................................................................................1-7 1.11 Waste Material Control..................................................................................................1-7 1.12 Temporary Facilities and Utilities................................................................................1-8 1.13 Contractor Conducted Progress Meetings .................................................................1-8 1.14 General Roles of Owner and Engineer.......................................................................1-9 1.15 Schedule of Values.......................................................................................................1-10 err A. General...........................................................................................................................1-10 B. Preliminary Schedule of Values..................................................................................1-10 C. Detailed Schedule of Values .....................1-10 .................................................................. D. Change to the Schedule of Values.............................................................................1-10 1.16 Testing,Startup and Operation..................................................................................1-11 A. Schedule.........................................................................................................................1-11 arr B. Contractor's Responsibility.........................................................................................1-11 C. Testing............................................................................................................................1-11 .r JAdata\REN\101-046\Specs I Technicals.doc p 05/14/2003 11:43 AM ®2003 RH2 Engineering,Inc. w City ofRenton East Valley Lift Station Replacement Summer 2003 TABLE OF CONTENTS D. Pump System Testing...................................................................................................1-12 rlr E. Startup............................................................................................................................1-12 F. Operation.......................................................................................................................1-12 1.17 Operation and Maintenance Manuals........................................................................1-12 1.18 As-Constructed and Warranty Records ....................................................................1-13 1.19 Warranty........................................................................................................................1-14 Division2 Sitework..........................................................................................................................2-1 2.1 General.............................................................................................................................2-1 2.2 Submittals........................................................................................................................2-1 2.3 Special Inspections for Site Grading...........................................................................2-1 2.4 Soil Classification............................................................................................................2-1 2.5 Erosion and Sedimentation Control............................................................................2-2 2.6 Dewatering......................................................................................................................2-3 2.7 Construction Access 2.8 Clearing and Grubbing..................................................................................................2-4 2.9 Excavation.................... ..........................2-4 ` ......................................................................... 2.10 Property Restoration......................................................................................................2-5 2.11 Trench Safety and Shoring............................................................................................2-5 2.12 Backfill Bedding..............................................................................................................2-6 A. Hazardous Content of Fill Material.................... .................................................2-6 B. Import Quantity Evaluation.........................................................................................2-6 C. Compaction of Backfill..................................................................................................2-6 rr D. Crushed Rock for Pipe and Sidewalk Bedding..........................................................2-7 E. Foundation Material.......................................................................................................2-7 F. CDF for Subsealing (Tremmie Seal)............................................................................2-7 G. Trench Backfill................................................................................................................2-7 H. Select Backfill..................................................................................................................2-8 2.13 Landscaping...................................................................................... ...........................2-8 A. General.............................................................................................................................2-8 B. Construction Limits.......................................................................................................2-8 nli 05/14/2003 11:43 AM ii J:\data\REN\101-046\Specs I Technicals.doc ©2003 RH2 Engineering,Inc. City ofRenton East VaBey Lift Station Replacement AM Summer 2003 TABLE OF CONTENTS C. Submittals .............2-8 ........................................................................................................... D. Delivery, Storage, and Handling..................................................................................2-9 E. Protection........................................................................................................................2-9 F. Quality Assurance...........................................................................................................2-9 +1++ G. Project Conditions..........................................................................................................2-9 H. Warranty..........................................................................................................................2-9 +w I. Materials.........................................................................................................................2-10 J. Sod..................................................................................................................................2-10 ovK. Topsoil...........................................................................................................................2-10 L. Landscape Accessories................................................................................................2-11 AmM. Inspection.................................................................................................................2-11 N. Preparation....................................................................................................................2-11 toO. Landscape Grading..................................................................................................2-12 P. Installation.....................................................................................................................2-12 Q. Plant Establishment Period.........................................................................................2-13 R. Acceptance....................................................................................................................2-13 S. Cleaning.........................................................................................................................2-14 2.14 Temporary Construction Access Fence....................................................................2-14 aDivision 3 Concrete.........................................................................................................................3-1 3.1 General.............................................................................................................................3-1 3.2 Submittals........................................................................................................................3-1 3.3 Inspection........................................................................................................................3-1 3.4 Testing..............................................................................................................................3-1 3.5 Concrete Materials..........................................................................................................3-2 3.6 Formwork........................................................................................................................3-3 wr 3.7 Reinforcing Steel.............................................................................................................3-4 3.8 Pre-Cast Concrete..........................................................................................................3-4 A. Standard...........................................................................................................................3-4 B. Primary Pumping Basin.................................................................................................3-5 J:\data\REN\101-046\Specs I Techrkals.doc 111 03/14/2003 M43 AM 0 2003 RH2 Engineering,Inc. wr City ofRenton East Valley Lift Station Replacement Sommer 2003 TABLE OF CONTENTS 3.9 Cast-In-Place Concrete..................................................................................................3-5 A. General.............................................................................................................................3-5 B. Extruded Curb................................................................................................................3-6 C. Concrete Sidewalk, Curb and Gutter, and Driveway/Pad.......................................3-7 3.10 Embedded Items............................................................................................................3-7 3.11 Non-Shrink Grout.......................................................................... ...............................3-7 war 3.12 Concrete Surface Repair and Sloping..........................................................................3-7 A. Surface Preparation.................... ..............3-7 ...................................................................... B. Mixing..............................................................................................................................3-7 C. Application To Concrete...............................................................................................3-7 3.13 Finish Schedule...............................................................................................................3-8 3.14 Asphalt Parking Lot Repair...........................................................................................3-8 ' Division 4 Masonry Not Used this Contract................................................................................4-1 Division5 Metals..............................................................................................................................5-1 5.1 General.............................................................................................................................5-1 5.2 Submittals........................................................................................................................5-1 wit 5.3 Steel Connectors.............................................................................................................5-1 5.4 Stainless Steel..................................................................................................................5-1 40 Division 6 Carpentry Not Used this Contract.............................................................................6-1 Division 7 Thermal and Moisture Protection Not Used this Contract....................................7-1 at Division 8 Doors and Windows Not Used this Contract..........................................................8-1 Division9 Finishes...........................................................................................................................9-1 9.1 General.............................................................................................................................9-1 9.2 Submittals........................................................................................................................9-1 ► 9.3 Surface Preparation and Application..........................................................................9-1 9.4 Coating Quality...............................................................................................................9-1 9.5 Substitutions....................................................................................................................9-2 9.6 Color.................................................................................................................................9-2 9.7 Materials...........................................................................................................................9-2 A. Ductile Iron Pipe (Exterior) .........................................................................................9-2 io 05/14/2003 11:43 ANI iv J:\data\REN\101-046\Specs ITechnicals.doc ©2003 RH2 Engineering,Inc. 16 1A City ofRen ton East Valley Lift Station Replacement Summer 2003 TABLE OF CONTENTS aw 40 B. Concrete (Exterior Below Grade) .............9-2 ................................................................... C. Concrete (Exterior Above Grade)...............................................................................9-2 wrD. Interior Concrete Wet Well..........................................................................................9-3 E. Exterior Concrete Wet Well.........................................................................................9-4 40 F. Concrete Vaults..............................................................................................................9-4 9.8 Inspection........................................................................................................................9-4 Ir 9.9 Compatibility of Coating...............................................................................................9-5 9.10 Acceptance......................................................................................................................9-5 „ Division 10 Specialties...................................................................................................................10-1 10.1 General...........................................................................................................................10-1 10.2 Submittals......................................................................................................................10-1 10.3 Fire Extinguisher..........................................................................................................10-1 10.4 First Aid Kit..................................................................................................................10-1 10.5 Fiberglass Reinforced Plastic (FRP) Structural Shapes...........................................10-2 10.6 Fiberglass Reinforced Plastic (FRP) Grating............................................................10-2 10.7 Fiberglass Reinforced Plastic (FRP) Handrails........................................................10-3 rir► 10.8 Water Hose,Nozzle, and Rack..................................................................................10-3 Division11 Equipment.................................................................................................................11-1 11.1 General...........................................................................................................................11-1 w 11.2 Submittals......................................................................................................................11-1 11.3 Sanitary Submersible Sewage Pump and Motor......................................................11-1 A. General...........................................................................................................................11-1 B. Operational Requirements..........................................................................................11-1 C. Warranty........................................................................................................................11-2 D. Testing and Startup......................................................................................................11-2 E. Pump Design.................................................................................................................11-2 F. Pump Construction......................................................................................................11-2 ouG. Pump Impeller............................................. ......................................................11-3 H. Mechanical Seal.............................................................................................................11-3 O J:\data\REN\107-046\Specs ITechrkals.doc t/ 05/14/200311:43 AM ®2003 RH2 Engineering Inc. i0 MW City ofRen ton East Valley Lift Station Replacement Summer 2003 TABLE OF CONTENTS wr I. Wear Rings....................................................................................................................11-3 �r J. Volute.............................................................................................................................11-3 K. Pump Shaft....................................................................................................................11-4 L. Bearings..........................................................................................................................11-4 M. Electrical Pump Cord..............................................................................................11-4 N. Electric Motors 11-4 40 ............................................................................................................. O. Motor Sensors..........................................................................................................11-5 P. Mix-Flush System......................................................................... .....11-5 ........................... Q. Fiberglass Pump Basin.................................................................................................11-5 R. Installation.....................................................................................................................11-5 40 S. Pump Removal Rail System........................................................................................11-5 11.4 Sump Pump ..........................................................11-5 rr Division 12 Furnishings Not Used this Contract......................................................................12-1 Division 13 Special Construction Not Used this Contract 13-1 Division 14 Conveying Systems Not Used this Contract................................ Division15 Mechanical.................................................................................................................15-1i 15.1 General...........................................................................................................................15-1 15.2 Submittals......................................................................................................................15-1 15.3 Pipe and Pipe Fittings..................................................................................................15-1 A. General...........................................................................................................................15-1 ,rte B. Pressure Rating.............................................................................................................15-1 C. Ductile Iron Pipe..........................................................................................................15-2 D. Ductile Iron Fittings....................................................................................................15-2 E. PVC Pipe and Fittings.................................................................................................15-2 F. Underdrain Pipe............................................................................................................15-3 G. Flange and Pipe Supports...........................................................................................15-3 err 15.4 Pipe and Fittings Installation......................................................................................15-3 15.5 Valves and Appurtenances..........................................................................................15-4 cur A. General...........................................................................................................................15-4 B. Eccentric Valves...........................................................................................................15-4 Kf 05/14/2003 11:43 YkNI v1 J:\data\REN\101-046\Specs I Technicals.doc ©2003 RH2 Engineering,Inc. I" ab City ofRen ton East Valleyl Lift Station Replacement a' Summer 2003 TABLE OF CONTENTS ww "" C. Swing Check Valves .............................................15-5 ........................................................ D. Resilient Wedge Gate Valves......................................................................................15-5 4W15.6 Valves and Appurtenances..........................................................................................15-6 15.7 Miscellaneous Plumbing Fittings...............................................................................15-6 40 A. Reduced Pressure Backflow Preventer.....................................................................15-6 15.8 Flow Meters...................................................................................................................15-8 arw A. Electromagnetic Flowmeters......................................................................................15-8 15.9 Sewer Main Inspection and Testing Inspection.......................................................15-8 alrA. General...........................................................................................................................15-8 B. Force Main Inspection and Testing within Vault and Wet Well...........................15-8 w„ C. Valves.............................................................................................................................15-9 D. Sewer Main Cleaning and Testing..............................................................................15-9 15.10 Miscellaneous Mechanical.....................................................................................15-10 A. Pressure Gauges .........................................................................................................15-10 err 15.11 Disinfection of Water Service..............................................................................15-10 Division16 Electrical.....................................................................................................................16-1 16.1 General...........................................................................................................................16-1 16.2 Submittals......................................................................................................................16-1 16.3 Codes and Standards....................................................................................................16-2 WOO 16.4 Identification of Listed Products...............................................................................16-2 16.5 Permits and Fees ..........................................................................................................16-2 �+r 16.6 Minor Deviations..........................................................................................................16-2 16.7 Temporary Light and Power.......................................................................................16-2 i� 16.8 Record Drawings..........................................................................................................16-3 16.9 Nameplates and Identification...................................................................................16-3 16.10 Service and Metering...............................................................................................16-3 A. Description of Work....................................................................................................16-3 B. Utility Responsibilities 16-3 C. Contractor's Responsibilities......................................................................................16-4 ww J:\data\REN\101-046\Specs I Technicals.doc 1111 05/14/200311:43.MI ®2003 RH2 Engineering,Inc. 40 or City ofRenton East VaBeyLdt Station Replacement Summer 2003 TABLE OF CONTENTS D. Standards and Codes....................................................................................................16-4 E. Utility Meter Enclosure...............................................................................................16-4 F. Ground Electrode System...........................................................................................16-4 G. Service Disconnect Switch..........................................................................................16-4 H. Generator Connection Receptacle.............................................................................16-5 16.11 Motor Control Center.............................................................................................16-5 A. General...........................................................................................................................16-5 B. Vertical Sections ......................................16-5 ..................................................................... C. Incoming Line Compartments...................................................................................16-6 D. Bus ............................16-6 40 ...................................................................................................... E. Unit Disconnect Operator Mechanism.....................................................................16-6 F. Wireways........................................................................................................................16-6 40 G. Operator Interface Devices and Control Relays......................................................16-7 H. Units...............................................................................................................................16-8 I. Power Monitoring System...........................................................................................16-9 J. Standard Motor Starter Units...................................................................................16-10 w K. Transformers...............................................................................................................16-10 L. Lighting Panels............................................... ' M. Nameplates.............................................................................................................16-10 N. Integration With Telemetry......................................................................................16-10 O. Wiring Diagrams....................................................................................................16-11 P. Wire and Control Relay Identification....................................................................16-11 Q. Finish............................................................................................................................16-11 16.12 Disconnects ..16-11 16.13 Overcurrent Devices.............................................................................................16-11 16.14 Circuit Breakers......................................................................................................16-11 16.15 Raceways.................................................................................................................16-12 A. Materials.......................................................................................................................16-12 B. Location Schedule......................................................................................................16-13 C. Installation...................................................................................................................16-13 wo 05/14/2003 11:43 ADI viii J:\data\REN\101-046\SpecsITechnicals.doc ©2003 RH2 Engineering,Inc. City ofRenton East Valley Lift Station Replacement 4W Summer 2003 TABLE OF CONTENTS ow 16.16 Outlet and Junction Boxes ..................................16-14 ................................................. 16.17 Hand Holes and Vaults.........................................................................................16-14 16.18 Wire and Cables .................................16-14 .................................................................... A. Conductors..................................................................................................................16-14 B. Connectors..................................................................................................................16-14 C. Signal Conductor........................................................................................................16-15 w D. Color Coding .............................................................16-15 E. Wire Description........................................................................................................16-15 F. Installation...................................................................................................................16-15 16.19 Switches and Receptacles......................................................................................16-15 wwA. General.........................................................................................................................16-15 B. Plates............................................................................................................................16-16 C. Outdoor All-Weather Outlet Covers.......................................................................16-16 D. Position Of Outlets....................................................................................................16-16 16.20 Grounding...............................................................................................................16-16 16.21 Lighting Fixtures....................................................................................................16-16 A. General.........................................................................................................................16-16 B. Lamps...........................................................................................................................16-16 rr16.22 Flood Switches.......................................................................................................16-17 A. General.........................................................................................................................16-17 B. Features........................................................................................................................16-17 C. Installation...................................................................................................................16-17 16.23 Intrusion Alarm Switch.........................................................................................16-17 «.r A. General.........................................................................................................................16-17 B. Features........................................................................................................................16-17 C. Installation...................................................................................................................16-17 D. Acceptable Manufacturers.........................................................................................16-17 16.24 Keyed Switch Box..................................................................................................16-17 A. General.........................................................................................................................16-17 wry ):\data\REN\101-046\Specs I Technicals.doc ix 05/14/200311:43 AM ®2003 RH2 Engimmnng,Inc. iii City ofRenton East Valley Lift Station Replacement v Summer 2003 ' TABLE OF CONTENTS B. Features........................................................................................................................16-18 C. Installation...................................................................................................................16-18 D. Acceptable Manufacturers.........................................................................................16-18 16.25 Wet Well Level Monitoring..................................................................................16-18 A. Submersible Level Transmitter (Sewer Application).............................................16-18 16.26 General Installation 16-19 ............................................................................................... A. General.........................................................................................................................16-19 16.27 Testing..................................................................................................................... 16-19 16.28 Final Test.................................................................................................................16-19 Division 17 Automatic Control....................................................................................................17-1 40 17.1 Scope of Work..............................................................................................................17-1 A. General................................................................................... ...............................17-1 40 B. The Contractor shall provide the following:............................................................17-1 C. The telemetry 'integrator will provide the following: 17-1 Division 18 Measurement and Payment.....................................................................................18-1 18.1 Payment.........................................................................................................................18-1 18.2 Bid Item No. 1 - Mobilization,Demobilization, Site Preparation and Clean-up 18-1 18.3 Bid Item No. 2 - Site Work and Utilities..................................................................18-1 Syr 18.4 Bid Item No. 3 -Landscaping....................................................................................18-2 18.5 Bid Item No. 4- Shoring and Trench Safety Systems............................................18-2 wf 18.6 Bid Item No. 5 - Dewatering......................................................................................18-2 18.7 Bid Item No. 6 -Traffic Control...............................................................................18-2 ryri 18.8 Bid Item No. 7 - Structural.........................................................................................18-2 18.9 Bid Item No. 8 -Lift Station Pumps and Motors...................................................18-3 18.10 Bid Item No. 9 -Lift Station Equipment.................................................................18-3 18.11 Bid Item No. 10 - Mechanical................................................................................18-3 ,rw 18.12 Bid Item No. 11 - Electrical...................................................................................18-3 18.13 Bid Item No. 12 - Lift Station Finishes................................................................18-3 18.14 Bid Item No. 13 -As-builts....................................................................................18-3 05/14/2003 11:43 AM X J:\data\REN\101-046\Specs ITechnicals.doc ©2003 R112 Engineering,Inc. 4W Division 1 General up 1.1 Project Description The project consists of the construction of a submersible lift station to replace the existing lift station; site work including demolition and abandonment of existing facilities, w. paving, landscaping, sidewalks, and utilities including gravity sewer and force main. The construction project also requires purchase of submersible pumps and motors,mechanical piping, large concrete structures, and electrical equipment. 1.2 Summary of Work Work incidental and necessary to completion of work described and shown on the 4W Contract Plans shall be completed under the bid items listed and no other compensation shall be allowed. The work to be performed under this Contract shall consist of providing all plant, tools, equipment, materials, supplies, and manufactured articles and providing all labor, transportation, and services, including fuel, power, and essential communications, and performing all work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The work shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the work in good faith shall be provided by the Contractor as though originally so indicated, at no increase in cost to the Owner. 'W The work of this Contract comprises construction of one replacement sewage lift station. The lift station to be replaced is East Valley Lift Station. A. Work by Others Interference With Work On Utilities: The Contractor shall cooperate fully with all utility forces of the Owner or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the work, and shall schedule the work so as to minimize interference with said relocation, altering, or other rearranging of facilities. rr B. Owner Use of Project Sites The Owner may utilize all or part of the existing facilities during the entire period of construction for the conduct of the Owner's normal operations. The Contractor shall cooperate and coordinate with the Owner to facilitate the Owner's operations and to minimize interference with the Contractor's operations at the same time. In any event, the Owner shall be allowed access to the project site during the period of construction. The Contractor shall coordinate all power outages with the City of Renton Sewer Department. Seven (7) days advance notice shall be given by the Contractor to the Owner for approval for any proposed power outages or lift station down time. The existing lift station shall not be taken out of service until the lift station constructed under this contract has been installed, tested, and approved in writing by the owner. A temporary 4W 1:\data\]U N\11)1-11411\Spccs\"1'cchrucals.doc 1-1 5/7/2(N)3 3:54 PNI C 2(H)3 8112 I.nprtccring,Inc. or Summer 2003 City of Renton Division 1 - General East Valley Lift Station Replacement 10 pumping system can be installed during construction to allow for construction of the proposed lift station to be completed. The Contractor shall provide a plan to the Owner for approval that details the proposed methods of keeping the lift station operational during the construction work. Installation of the temporary pumping system shall not begin until written approval has been obtained from the owner. Planned power outages or station down time shall occur only on Tuesday,Wednesday or Thursday. 1.3 Contractor's Responsibility The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they are an expert in this and related work, that they understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the required inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to minimize construction delays. It is the Contractor's responsibility to be familiar with these requirements, include the coordination necessary in this estimate of project costs and schedule, and to comply with the requirements during construction. Failure to follow proper inspection and notification procedures may result in on-site work stoppages and removal or demolition of , unapproved structures or systems, all at the Contractor's expense. Unless otherwise noted on the plans or within these specifications, 24-hour prior notice shall be given to the Engineer for all inspections required for the construction of the project. 24-hour notice is defined as 24 working day hours notice. Time is not counted on weekends and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 24 hours in advance not including the holiday hours or weekend hours.) For information regarding inspection responsibilities and coordination, contact the Owner. Do not start work on this project or on any public or private right-of-way or easement until clearance is given by the Owner. It will be the responsibility of the Contractor to comply with the requirements of any permit for the project. Do not hinder private property access without a 24-hour notice to the private property owner, and do not hinder access for more than an 8-hour period. Do not disrupt emergency aid access to private Property During construction, if there is any toxic substance spill or release discharged into the to environment, report the location, quantity, date and time of the spill or release to Washington State Emergency Management at 1 (800) 258-5990 and the Owner's representative. Spills shall be monitored, contained, and cleaned up to applicable codes at 4, 5/7/2(X)3 3:54 Pn1 1-2 J:\data\RI:N\101-1146\Srecs\1'cehnieals.doc g C 2(X)3 R112 I:ngincering,Inc. 40 City of Renton Summer 2003 „ East Valley Lift Station Replacement Division 1 - General the Contractor's expense. wr 1.4 Standard Specifications Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road,Bridge and Municipal Construction,Washington State Chapter, American Public Works Association, and Washington State Department of Transportation,hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of: • UBC Uniform Building Code • UPC Uniform Plumbing Code • UMC Uniform Mechanical Code • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials up 1.5 Permits and Licenses The Owner will secure and pay for the following permits: Aw • Building Permit • Conditional Use Permit • SEPA Permit • Right-of Way Permit The Contractor shall acquire and pay for all other necessary permits which may include: +iw • Street Use Permit • Electrical Permit • Disposal Permit • Wage and Hour Permit • Plumbing Permit • Transportation Permit ,r A copy of the Owner-acquired permits are available at the Owner's office for examination by bidders. Conform to the requirements of these permits and all other permits issued for this project. ' 1.6 Pre-Construction Conference The Owner will schedule a general pre-construction conference not more than 10 days after the notice to proceed is issued. The following personnel must attend the 4W J:\data\RL:N\101-lWb\Specs\Tcchnicals.doc 1-3 5/7/2(N)3 3:54 I'M C 21N13 RI 12 F.npnecnng,Inc. 1W Summer 2003 City of Renton Division 1- General East Valley Lift Station Replacement Conference: • The person representing the Contractor with contract authority • The project site superintendent Major subcontractor site superintendents • The Owner and their representative shall be present The Owner may require that some subcontractors attend a pre-construction conference prior to beginning work on this project. In the event that subcontractors have not been selected prior to the general pre-construction conference, or various subcontractors do not attend the general pre-construction conference, a second pre-construction conference will be scheduled for these subcontractors. If requested, a subcontractor may not begin work until attending a pre-construction conference. The Contractor shall prepare and submit a construction schedule, per WSDOT 1-08.3, at the Pre-Construction Conference. 1.7 Submittal and Shop Drawings Shop drawing submittals are required for all items installed on this contract. Submit 1 (one) copy to the Owner (Owner's copy will not be returned), and the Contractor shall send to the Engineer 2 (two) copies more than the Contractor wants returned. Address of Owner and Engineer respectively are as follows: City of Renton 1055 South Grady Way 5th Floor Renton,WA 98055 Attn: Mr. Mike Benoit 4+ RH2 Engineering, Inc. 300 Simon St SE, Suite 5 East Wenatchee,WA 98802 Attn: Mark Miller,P.E. Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Items that are installed in the work that have not been approved through the shop to drawing process shall be removed and an approved product shall be furnished, all at the Contractor's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made ► in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8 %z' x 11", 11" x 17", or 22" x 34" sheets and shall 5/7/2(X)3 3:54 Phi 1-4 J:\data\REN\101-040\Specs\Technicals.doc C 2(N)3 RI I2 P.nginccnng,Inc. (W City of Renton Summer 2003 ow East Valley Lift Station Replacement Division 1 - General contain the following information: W 1. Project Name as it appears on the Document Cover. 2. Prime Contractor and Applicable Subcontractor. 40 3. RH2 Engineering. 4. Owner's Name. ar 5. Applicable Specification and Drawings Reference. 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. 7. A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and ww transmitted to the Contractor not later than 20 working days after receipt by the Engineer. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. Three sets of shop drawings will be returned to the Contractor after review. Shop drawings and submittals shall contain the following information for all items: 1. Shop or equipment drawings, dimensions, and weights. 2. Catalog information. 3. Manufacturer's specifications. 4. Special handling instructions. 5. Maintenance requirements. 6. Wiring and control diagrams. 7. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. ..W The owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. w► The Contractor is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review r responses at the job site readily available to the Engineer and Owner for inspection. rW )\data\RF.N\l01-(146\Specs\Tcchnicals.doc 1-5 5/7/21tt13 3:54 PM C 2W3 RI 12 Engineenng,Inc. No Summer 2003 City of Renton Division 1 - General East Valley Lift Station Replacement 1.8 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. err A. Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or 16 prime bidders for substitutions. All requests for substitution must be received by Owner and the Engineer a minimum of 7 working days prior to bid opening. Requests shall be accompanied by drawings and specifications in sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal to that specified. All requests shall include a listing of any significant variations in material or methods from those specified. If there are no variations, a statement to that fact shall be included in the request ` for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs for any modifications required to adopt the substitute. B. After Contract Execution +r+ Within 30 days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it is equal or +Irk superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the work, making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to art substitutions. 1.9 Site Control , Contractor shall be responsible for surveying and staking and will stake out the locations of the permanent easements, temporary easements, rights-of-way, and all major facilities shown on the Plans and establish bench marks at locations designated by the Contractor. The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractor's expense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for as-built purposes. V As-built notes and cut sheets shall be approved and stamped prior to transmittal to the Owner. 5/7/21X13 3S4 PM 1-6 ):\data\RI"N\101-1146\.Specs\7'eehnicals.doc V 2003 8112 I M pneering,Inc. 4W City of Renton Summer 2003 W East Valley Lift Station Replacement Division 1 - General Replace all damaged survey monuments in accordance with RCW 332-120. The Contractor shall not perform work activities, store materials or equipment, move equipment through, or disturb in any way the areas outside the "Temporary Construction Easement Limits", "Utility Construction Limits" and "Landscaping Construction Limits", shown unless approved by the Owner in writing. 1.10 Owner Standard Locks and Keys All devices requiring locks, including but not limited to doors, gates, access hatches, convenience hatches, etc. shall have locks provided and cored to match Owner standard lock and keys. If construction cores are utilized during the project, Contractor shall provide Owner with construction key(s) for all temporary locks. VW 1.11 Waste Material Control Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request. At all times, keep the construction area clean and orderly and upon completion of the work, leave buildings broom clean and all parts of the work clean and free of rubbish and wr excess material of any kind. Leave fixtures, equipment,walls, and floors clean and free of stains, paint or roofing splashes, or other marks or defects. Upon completion, restore site of all work or equipment and material storage areas to their original conditions. Remove �w all miscellaneous unused material resulting from work and dispose of it in a manner satisfactory to the owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. wr The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency (PSAPCA) and other associated agencies. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from 40 rising and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that adversely effects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from 40 entering the storm water collection system. Do not use water to control dust when its use may create hazardous or objectionable 40 conditions such as ice formation, flooding, and pollution. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or J:\data\RI-N\1111-1146\Specs\Tcchrkals.doc 1-7 5/7/21X13 3:54 Phi C 21X13 RI L Iingmccnng,Inc. iTIrY Summer2003 City of Renton Division 1 - General East Valley Lift Station Replacement fencing to warn the public of any potential hazard. Remove all asbestos-containing materials and other hazardous materials from the structures and the site. Follow all requirements and regulations for hazardous waste removal and disposal. The Contractor shall meet the following qualifications to be eligible to be selected to perform asbestos demolition or disposal work for this project: 1. Possess a Certified Asbestos Abatement Contractors' license or retain the services of a Certified Asbestos Abatement Contractor. 2. Have performed Asbestos Abatement of a similar nature within the last year. 3. Not have received a citation from the Puget Sound Air Pollution Control Agency related to asbestos abatement within the last year. 4. Possess occurrence based liability insurance coverage. The Owner is unaware of any asbestos-containing materials on this project. 1.12 Temporary Facilities and Utilities • The Contractor shall be responsible for construction and location of all field offices, all necessary water for construction-related fire protection, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. There shall be shelters and dry facilities for the workers as required. The Contractor shall insure that all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety be supplied. First aid kits and equipment as required by law shall also be supplied. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, 46 remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. In addition, the Contractor shall arrange for the transfer of electrical and water accounts to the Owner's name. 40 The Contractor shall be responsible for an adequate temporary electrical system. This system shall be arranged by and all costs paid by the Contractor. The Contractor shall make arrangements for and provide all necessary facilities for the necessary water supply for construction at their own expense unless otherwise provided. 1.13 Contractor Conducted Progress Meetings The Contractor shall schedule and hold regular on-site progress meetings at least once per month and at other times as requested by Engineer or as required by progress of the work. 40 The Contractor, Engineer, and all Subcontractors active on the site must attend each meeting. Contractor may at its discretion request attendance by representatives of its Suppliers,Manufacturers,and other Subcontractors. '0 The Engineer shall preside at the meetings and will arrange for keeping and distributing the minutes. The purpose of the meetings will be to review the progress of the work, maintain + r coordination of efforts, discuss changes in scheduling, and resolve other problems that may 5/7/2(1)3 3:54 PNI 1-8 J:\data\RI:N\101-(141)\Spccs\Tcchmcakdoc 40 CC,2003 RI I2 Nnoneenng,Inc. 10 City of Renton Summer 2003 wr East Valley Lift Station Replacement Division 1 - General up develop. During each meeting, the Contractor is required to present any issues which may impact his work,with a view to resolve these issues expeditiously. Agenda: a. Review minutes of previous meetings. b. Review of work progress. • c. Field observations,problems,and decisions. d. Identification of problems that impede planned schedule. e. Review of submittals schedule and status of submittals. f. Review of off-site fabrication and delivery schedules. rwr g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. tw i. Planned progress during succeeding work period. j. Coordination of projected progress. 00 k. Maintenance of quality and work standards. 1. Effect of proposed changes on progress schedule and coordination. m. Safety issues relating to work. n. Other business relating to work. ,. 1.14 General Roles of Owner and Engineer The duties, responsibilities and limitations of the Owner and Engineer are set forth in the Standard Specifications and herein. In general, the Engineer will: be available to the Owner throughout the bidding and construction period to assist the Owner. Such assistance will include: • Clarifications and interpretation during the bidding period. • Participation in Pre-Bid and Pre-Construction Conferences. • Review and coordinate submittal review. • Make interpretations and clarifications of Contract Documents during the construction period. • Attend regular on-site coordination meetings. up • Participation in change order preparation. • Together with the Owner provide site inspections during the construction period. Review construction payment applications and make recommendations for payment to the Owner. • Review change order proposals and make recommendations to the Owner. to • Accept Contractor deliverables such as as-built data and O&M information and to J:\data\lil?N\101-04(\Specs\Tcchrncals.doc 1-9 5/7/2003 3a4 PNI C 2(N)3 Rl I2 Vnginccring,Inc. iii Summer 2003 City of Renton Division 1- General East Valley Lift Station Replacement manuals. • Other Project Tasks assigned by Owner. The Owner will: • Issue Contract Documents. • Issue Addenda,if necessary. • Participate in the Pre-Bid and Preconstruction Conferences. • Participation in interpretations and clarifications of Contract Documents during the construction period. ' • Together with the Engineer, provide site inspections during the construction period. • Approve and process all construction payment applications, change orders, and other Contract modifications. 1.15 Schedule of Values ,, A. General This Section defines the process whereby the Preliminary and Detailed Schedule of Values are developed. B. Preliminary Schedule of Values rrr The Contractor shall submit a preliminary Schedule of Values for the major components of the Work in each Bid Schedule item at the Preconstruction Conference. The listing shall include, at a minimum, the proposed value for the major work components. r The Contractor, Owner and Engineer shall meet and jointly review the preliminary Schedule of Values and make any adjustments in value allocations if, in the opinion of the Engineer and Owner, these are necessary to establish fair and reasonable allocation of values for the major work components. "Off loading" will not be permitted. The Engineer may require reallocation of major Work components from items in the above listing if in the opinion of the Engineer such reallocation is necessary. This review and any necessary revisions shall be completed within 15 days from the date the schedule is submitted by the Engineer. C. Detailed Schedule of Values The Contractor shall prepare and submit a detailed Schedule of Values for each Bid Schedule item to the Engineer within 20 days from the date of the preconstruction meeting. The detailed Schedule of Values shall be based on the accepted preliminary, Schedule of Values for major work components. The Engineer shall be the sole judge of acceptable numbers, details and description of values established. If, in the opinion of the Engineer, a greater number of Schedule of Values items than proposed by the Contractor is necessary, the Contractor shall add the additional items so identified by the Engineer. D. Change to the Schedule of Values Changes to the schedule which add activities not included in the original schedule but 5/7/2iK)3 3:541 M 1-10 I\data\RI•:N\1111-1146\Specs\7'cchnicals.doc G 2(X)3 RI 12 I:nginecnng,Inc. City of Renton Summer 2003 ,w East Valley Lift Station Replacement Division 1 - General included in the original work (schedule omissions) shall have values assigned as approved by the Engineer. Other activity values shall be reduced to provide equal value adjustment increases for added activities as approved by the Engineer. In the event that the Contractor and Engineer agree to make adjustments to the original Schedule of Values because of inequities discovered in the original accepted detailed Schedule of Values,increases and equal decreases to values for activities may be made. Contractor shall update the schedule of values within 10 days of the final execution date of any change order. �.. 1.16 Testing, Startup and Operation A. Schedule 1rr The placing of all improvements in service shall consist of three parts: `*sting" `Wartwp" and "operation" Not less than 15 days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the ++r following: 1. Schedules for tests rr+ 2. Detail schedule of procedures for startup 3. Complete schedule of events to be accomplished during testing �r. 4. An outline of work remaining under the contract that will be carried out concurrently with the operation phases B. Contractor's Responsibility The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall rr' be incidental to this contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. wo C. Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be AW tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. Where work is aw to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner for the test. aw Final testing shall consist of individual tests and checks made on equipment intended to provide proof of performance of unit and proper operation of unit control together with necessary tests to show system operation. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, and all other tests deemed necessary by the Engineer to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, readv ):\data\R,N\I 01-046\Specs\Tcchrucals.doc 1-11 5/7/2003 3:54 I'M C 2003 RI 12 lingincenng,Inc. i� Summer 2003 City of Renton Division 1 - General East Valley Lift Station Replacement for use. Any certificates required by these specifications by the manufacturer's representatives shall be supplied to the Engineer prior to startup. All piping shall be tested as required by specifications and applicable codes. Tests on individual items of equipment, such as pipelines, structures, controls, and other items shall w be as necessary to show proper system operation. Testing will be done by the Contractor in the presence of the Owner. During testing, the Contractor shall correct any defective work discovered. Startup shall not begin until all tests required by these specifications have been completed and approved by the Owner. D. Pump System Testing Contractor shall be responsible for calibration, startup, and initial performance to meet specifications herein. Supplier shall provide a trained, qualified manufacturer's representative to check installation and connection, perform field tests as indicated, and certify to Owner that its performance does meet all specifications. Prior to acceptance of installed pumps, manufacturers representative shall demonstrate proper operation of pumps at capacities stated. At this time, data shall be taken on total dynamic head, efficiencies and flow of pump, and certification shall be provided that pumps meet requirements set forth in these specifications and submittal literature. Repair and retest units failing the field tests. If unit fails second test, unit will be rejected and supplier shall furnish a unit that will perform as specified. E. Startup Startup shall consist of a simulated operation of all equipment and controls. The purpose of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. Technically qualified factory representatives shall be present for the startup phase. All Representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, controls, and machinery are functioning correctly. F. Operation At the time that the facility is ready to be put into operation, the contractor is to conduct an operation and maintenance training meeting with the owner to explain in detail the operation and maintenance requirements of each of the facility's components. The training meeting shall not occur on the same date(s) as a startup. Operation of the facility shall commence immediately after completion of testing, startup, and owner training and after satisfactory repairs and adjustments have been made. 1.17 Operation and Maintenance Manuals Prior to the receipt of payment for more than 90-percent of th work, the Contractor shall deliver to the Engineer 5 (five) sets of acceptable manufacturer's operating and maintenance instructions covering each piece of mechanical and electrical equipment, or equipment assembly, including coatings furnished under this contract. Each set of 5/7/21103 3:54 PNI 1-12 1:\data\REN\101-(W)\Specs\Teehnieals.doc C 2W3 R112 Lnpneeting,Inc. City of Renton Summer 2003 00 East Valley Lift Station Replacement Division 1 - General instructions shall be bound into multiple volumes; each volume to be complete with an index and bound in a suitable, hard-covered binder. Bimders shall be equal to National 98- 381 or Avery models 519702 and 98984. Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. The operating and maintenance instructions shall include, as a minimum, the following data for each coating and item of mechanical and electrical equipment: %W 1. Complete as-built elementary wiring and one-line diagrams. 2. Recommended spare parts. AW 3. Complete parts list, by generic title and identification number, complete with exploded views of each assembly. ,w 4. Lubrication schedule including the applicable lubricant designation available from the Standard Oil Company of California. 5. Recommended preventive maintenance procedures and schedules. r 6. Disassembly and re-assembly instructions. 7. Name, location, and telephone number of the nearest suppliers and spare parts 40 warehouses. 8. Recommended trouble-shooting and startup procedures. Im 9. Recommended step-by-step operating procedures. 10. All manufacturers'warranties. +rr► 11. Equipment specifications and guaranteed performance data. 12. Cleaning, repair, and maintenance instructions for each coating system. General manuals which describe several items not in the contract will not be accepted unless all references to irrelevant equipment is neatly eradicated or blocked out. Refer to Division 16 for additional O&M requirements. 1.18 As-Constructed and Warranty Records Prior to receiving final payment for the work, the Contractor shall deliver a complete set of acceptable "As-Constructed" records to the Owner. Drawings shall be made on clean, unmarked prints for this project in accordance with the following standards: .rr yd—low markings or highlights = deleted items red markings = new or modified items blue markings or highlights = items that are consistent with the design vrr drawings (not changed) The Contractor shall provide "as-built" information on all items and work shown on the plans showing details of the finished product including dimensions, locations, outlines, changes, manufacturers, etc. The information must be in sufficient detail to allow the Owner's personnel to locate, maintain, and operate the finished product and its various wr components. J:\data\RIiN\101-040\SpccsVIeehnieals.doc 1-13 5/7/2(N)3 3:54 Phl Ce''2(N)3 RI 12 Enginccnng,Inc. rlr Summer 2003 1 City of Renton Division 1 - General East Valley Lift Station Replacement The Contractor shall secure and deliver to the Owner all equipment warranties and other warranties and guarantees required for all equipment and processes. Delivery shall be done at one time covering all major and minor equipment warranties. Copies of the warranties shall be included in each O &M Manual. MI1 See Warranty Section in this Division for details regarding required warranties for specific components. Failure to provide acceptable documents will result in non-payment of the appropriate bid item in the schedule of prices. 1.19 Warranty The Contractor shall warrant all products used in the construction of this project for a period of 1 year following project acceptance except for those components and listed warrantees below. The date of project acceptance is defined as the date the final payment is sent to the Contractor from the Owner. Warranty does cover damage due to misuse by the Owner or "Acts of God" as defined under the General Conditions. 1. Pumps and Motors provided under this contract shall be warranted against defects in materials and workmanship for a period of two years after date of project acceptance. Following pump and motor installation, supplier shall furnish services of a qualified manufacturer's representative to inspect pump units and inform Owner, prior to field testing, of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any) and work performed by the Contractor at their expense,manufacturer's warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer's warranty. as wW 5/7/21X13 3:54 PI.1 1-14 J:\data\FJ N\101-046\Specs\Technicals.doc Cc'2003 RI 12 Engineenng,Inc. OW Division 2 Sitework WO 2.1 General �r. This division covers that work necessary for providing materials and performing all sitework as described in these specifications and as shown on the plans. OW 2.2 Submittals Submittal information shall be provided to the Owner for the following items: aw 1. Erosion and Sedimentation Control Plan 2. Erosion Control Fence Fabric 1W 3. De-watering Plan 4. Shoring Plan and Calculations go 5. Dump Site Permits 6. Select Fill r 7. Foundation Fill 8. Gravel Bedding 9. Trench Backfill 10. Plants r 11. Sod 12. Planting Schedule 2.3 Special Inspections for Site Grading Special inspections including visual and compaction effort (nuclear densometer) are required for the following locations: +rr 1. Trench backfill crossing roads and site access road and parking areas 2. Access road and parking area fill and native subgrade +rrr 3. Native (and fill if any) subgrade of wet well and dry vault Areas where fill (either native or non-native) is being placed shall be tested for compaction compliance by a special inspector. The owner will pay for the initial testing. If tests indicate failure of compaction requirements, the contractor shall pay for subsequent tests until tests indicate compliance with the specifications. Areas of native undisturbed subgrade shall be visually inspected by the engineer prior to placement of any material overtop. Contractor shall coordinate with the engineer a minimum of 48 hours prior to inspection being needed. r 2.4 Soil Classification An exploration of subsurface soil and groundwater conditions at the project site was performed by Golder Associates. The results of the investigation are included in this 4W l\data\RI?N\101-046\Specs\Tcchnieals.doc 2-1 5/7/2(N)3 3:54 Phi C 2(K)3 RI 12 Hngineexing,Inc. low Summer 2003 City of Renton Division 2- Sitework East Valley Lift Station Replacement document as an appendix. The geotechnical information is provided as a courtesy. The City does not warrant or guarantee the accuracy of the contents or the validity or appropriateness of the recommendations to the means and methods of earthwork or excavation that the Contractor may choose to use at the site. It is the sole responsibility of the Contractor to perform or have performed any additional geotechnical investigation to satisfy themselves as to the appropriateness of their proposed construction methodology (ies). Differences between recommendations in reports about site conditions may exist and it is certain that there are differences between conditions at the test sites and other locations where earthwork and excavation will occur. If site conditions differ materially from what as would be expected in the area, the Contractor should bring the situation to the attention of the Engineer per section 1-04.7 of the Standard Specifications. The terms "earthwork" or "excavation" includes all materials excavated or removed, regardless of type. 2.5 Erosion and Sedimentation Control All erosion/sedimentation control systems including; fencing, earth berms, grasses, straw, mulch, culverts, drain pipe, outfalls and other items required by for this project, must be installed prior to any clearing, grubbing, excavation, or grading work or other work that could result in off-site stormwater or material flows. Erosion/sedimentation controls systems must remain in place throughout the duration of the construction activities. The 19 systems may be relocated to complete utility, excavation, grading, and landscaping activities if their location impedes the associated work. If the systems are relocated to complete any work they must be reinstalled to protect the construction and surrounding 46 areas prior to commencing work on other portions of the project. The erosion/sedimentation control (ESC) plans shown on the construction drawings are the minimum requirements for the anticipated site conditions. The Contractor shall add "M additional ESC facilities or processes as necessary to ensure that erosion and sedimentation problems do not occur. The Contractor shall inspect the ESC facilities daily and maintain the systems as necessary to prevent off-site damage. Stabilized construction entrances and wash pads shall be installed at the beginning of construction activities and shall be maintained for the duration of the project. Wash pads shall be kept clean to prevent the transport of sediment onto adjoining roads. Straw or mulch shall be applied to any exposed surfaces to minimize erosion and filter surface water runoff. Where straw or mulch is required for erosion control, it shall be applied to a minimum thickness of two inches. Earth berms shall be installed as necessary to prevent the migration of surface mater into excavations or off of the project site. Surface water that is intercepted by earth berms shall be routed to an approved stormwater conveyance system. The Contractor shall ensure that the concentration of surface water at the earth berm does not erode the adjoining or downstream properties. Sediment deposited against the earth berm shall be removed to ensure that surface water can flow freely. The earth berm shall not be removed before the stabilization of the surface downhill from the berm. 5/7/2(N)3 3:54 PNI 2-2 J:\data\RI?N\1111-1146\,Specs\l'eehnieals.doc G 2(ll)3 RI 12 1:ngincenng,Inc. City of Renton Summer 2003 *W East Valley Lift Station Replacement Division 2- Sitework f.► A filter fabric fence shall be installed to allow the collection and passage of surface water to occur through the fabric before discharge off site. When joints are necessary, filter fabric shall be spliced together at a support post with a minimum overlap of six inches. +rr Both ends of the fabric shall be securely fastened to the post. The filter fabric fence shall be installed to follow the contours of the existing grade where feasible. The fence posts shall be driven securely into the ground a minimum of 30 inches and spaced apart at a •• maximum of six feet. A wire mesh support fence shall be fastened securely to the uphill side of the posts using heavy-duty wire staples at least one inch long, tie wires, or wire rings. The wire shall extend into the trench a minimum of four inches and shall not extend +�► more than 36 inches above the existing surface. An 8 inch by 12 inch trench shall be excavated on the uphill side of the fence for securely burying the lower edge of the fabric fence. At least 20 inches of the filter fabric fence shall continuously extend into the trench. The filter fabric fence shall extend above the existing grade 36 inches. The filter fabric placed in the trench shall be secured with backfill material of three-quarter inch washed rock. The backfill material shall placed in the trench and on either side of the fence as shown on the construction drawings. The filter fabric fence shall be inspected by the Contractor immediately after each rainfall and at least once daily during periods of prolonged rainfall. The Contractor shall repair or replace sections of the filter fabric fence 4+ that are not filtering surface water. The filter fabric fence may be removed after the threat of off-site contamination has passed. 4 2.6 Dewatering The Contractor is to determine the scope, type, size, quantity, method of installation, operation, and removal of the dewatering system necessary to keep all excavations de- "" watered to an elevation below the base of the excavation sufficient to stabilize the soils in the excavation and the surrounding areas, and to prevent flotation of partially completed structures. Any dewatering systems must be positioned away from all building and utility IM construction so as to not become a part of the permanent facility. The Contractor shall control groundwater and surface water to prevent the softening of aw the bottom of excavations, or formation of quick conditions or boils during excavation. Ground water shall be lowered to 3 feet below the base of the excavation at all times. Determination of unsuitable soil conditions for supporting the improvements shall be determined by the Engineer. Determination of unsuitable soil conditions for performing work,placing materials, and proceeding with construction activities shall be deterrined by the Contractor. When the dewatering system does not meet the specified requirements, and as a consequence there is a loosening or disturbance of the foundation soils, instability for the slopes, or damage to the foundation or structures occur, the Contractor shall at its own expense, supply all materials, labor, and equipment, and perform all work required r for the restoration of foundation soil, slopes, or structure to the satisfaction of the Engineer. The Contractor shall prepare a detailed dewatering system plan and submit it to the 4W Engineer for review prior to the installation of any dewatering system. This plan shall include, as a minimum, the scope, type, size, quantity, method of installation, operation, and removal of all dewatering systems to be used. The dewatering system design shall be prepared by a qualified person. The design shall be reviewed and approved by a J:\data\RI,N\101-1146\Specs\l'eehnicals.doc 2-3 5/7/21X13 3:54 PN1 C 21X13 RI 12 Iinginecnng,Inc. low Summer 2003 City of Renton Division 2-Sitework East Valley Lift Station Replacement Geotechnical Engineer licensed in the State of Washington. The design shall bear the stamp of the Geotechnical Engineer. The Contractor shall furnish, install, and operate all necessary machinery, appliances, and equipment to meet these water control requirements, and shall dewater and dispose of the w► water so as not to cause injury to public or private property or to cause a nuisance to the public. The Contractor may discharge up to 144,000 gallons per day (about 100 gallons per minute continuously) to the Owner's sanitary sewer providing that the quality of the discharges water meets or exceeds all State and local requirements. The Contractor shall maintain sufficient pumping equipment and machinery in good working condition for all ordinary emergencies, including power outages, and shall have available at all times r1r competent workmen for the operation of the pump equipment. The dewatering system shall not be shut down between shifts, on holidays or weekends, or during work stoppages. w The quality of all surface and ground water discharged from the site shall meet all State and local requirements. The Contractor shall employ all means necessary to remove suspended solids, oils, trash, and other deleterious materials from surface and ground water prior to discharging. All dewatering wells installed by the Contractor shall be removed and backfilled in err accordance with applicable Federal and State regulations. 2.7 Construction Access The Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. Wherever construction vehicle access routes intersect paved roads, provisions must be made by the Contractor to minimize the transport of sediment onto the paved road. The Contractor shall remove all dirt, mud, rocks,vegetation, or other deleterious material from all construction equipment prior to leaving the site. This may include spray washing, sweeping, or other physical methods as necessary to remove materials. If sediment or other debris is transported onto a paved road surface, the road shall be cleaned thoroughly by the end of the work day. Debris shall be removed from roads by shoveling or sweeping. Street washing shall be allowed only after debris has been removed in this manner. 2.8 Clearing and Grubbing Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other items noted on the construction drawings within the construction limits and shall conform to Section 2-01 of the Standard Specifications. 2.9 Excavation The Contractor shall excavate as necessary to construct the improvements shown. Excavation shall include the digging, scraping, and removing existing native material, abandoned or interfering utilities, abandoned or interfering structures and any other 5/7/2(K)3 3:54 PNI 2-4 J:\data\Rl?N\101-(WASpecs\Teehnieals.doc C 2(X)3 RI I21sngincering,Inc. City ofRen ton Summer 2003 MW East Valley Lift Station Replacement Division 2-Sitework obstacles necessary for the construction of the improvements shown on the construction " drawings. Excavation includes utility excavation, structural excavation, and grading excavation. The thickness and type of existing concrete sidewalk/driveway pad is unknown. �r Utility excavation shall be performed to the depths necessary to complete the utility construction work shown. Structural excavation shall be performed to the limits shown and established by the Engineer. The base of the excavation shall extend laterally a minimum of 3 feet beyond the structure unless specified otherwise on plans. wr The base of the excavation shall be evaluated by the Owner to determine if it is suitable for backfilling. The Owner will evaluate the stability of the base of excavation by „w determining if all significant organic soils or other unsuitable materials have been removed. Excavation required by the Engineer that is beyond the depth shown shall be performed by the Contractor per the direction of the Engineer. The Contractor will be tw reimbursed for additional excavation by force account according to the guidelines of the 2002 WSDOT standard specifications, section 1-09.06. Excavated material shall be disposed off-site. All permits for the disposal of excavated aw material shall be obtained by the Contractor. A copy of all permits and the locations of each disposal site shall be submitted to the Engineer. aw Temporary stockpiling of excavated material will not be permitted outside the construction limits at any time. Available staging area for this project has not been identified. Contractor is responsible for determining their staging area requirements and ow finding an area that meets their needs. Temporary stockpiling of excavated material will be permitted within their staging area. The Contractor shall be responsible for the stability of the excavation and for performing work, placing materials, and proceeding with construction activities. In the event of any damages or delays resulting from loose or piping soils, destabilization of existing structures or roadway, leakage of the shoring system or inadequate installation or performance of a dewatering system, the Contractor shall at his own expense, supply all materials, labor, and equipment and perform all work required for the restoration of foundation soil, slopes, or structures to the satisfaction of the Engineer. wr 2.10 Property Restoration The Contractor shall be liable for all damages to adjacent property, buildings, structures, and utilities resulting from their operations, and hold the Owner and its agents harmless. If property or improvements are disturbed or damaged during construction, the rr Contractor shall restore and repair the property or improvements to their original condition or better and as directed by the Engineer. ow 2.11 Trench Safety and Shoring Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to prevent cave-ins or damage to existing structures, it shall be the responsibility of the Contractor to design, furnish, place, maintain, and remove supports in accordance with J:\data\RIiN\101-(W)\Spees\1'echnieals.doc 2-5 /7/2(X)3 354 PNI CG 2(X)33 RI L Fnginccnng,Inc. +WW Summer 2003 City of Renton Division 2- Sitework East Valley Lift Station Replacement applicable laws, codes, and safety requirements including Chapter 296-155 of W AC, "Safety Standards for Construction Work, Part N, Excavation, Trenching, and Shoring". Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bracing shall be accomplished in such a manner as to maintain the undisturbed state of soil below and adjacent to excavation. Where the Contractor is required to provide the shoring design, it shall be prepared by a qualified person as defined by XX'AC 296-155. The qualified person shall be a licensed professional engineer in the State of Washington. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit his stamped shoring plan and calculations to the Owner for approval. The stamp must be present on all plans wi► and calculations, and all submittals must be approved by the Owner prior to starting work. 2.12 Backfill Bedding A. Hazardous Content of Fill Material All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), pesticides, herbicides and other hazardous volatile organic compounds (VOC's) and synthetic organic chemicals (SOC's). The contractor shall provide certification to the owner that the fill is free of these chemicals. The contractor shall provide test data from an independent testing laboratory, insuring the imported fill to be within the regulatory limits set by the Department of Health and Department of Ecology. This will include VOC and SOC tests on imported fill at random intervals averaging every 75 cubic yards. Imported fills found not to be compliant with regulatory standards shall be hauled off site and disposed of properly, at the sole expense of the contractor. B. Import Quantity Evaluation In order to document the quantities and amounts to be paid on monthly billing statements, the contractor shall provide the Engineer or Owner with copies of all trucking tickets indicating quantities of materials delivered to complete the contract. A representative of the hauling company shall sign the truck tickets. The scales used to weigh materials shall be calibrated and certified on a quarterly basis. Certifications of such calibrations shall be given to the Engineer or Owner. One shall be sent prior to beginning of the project and as construction progresses on a quarterly basis. C. Compaction of Backfill Backfill shall be placed on a firm and unyielding base and compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. This includes foundation, bedding, backfill, and base course materials. Backfill against structure walls shall be 90 to 92 percent. Maximum lift thickness of select backfill shall not exceed 24 inches immediately above utilities and 9 inches elsewhere. The Contractor shall provide site access at all times for compaction testing and sample collection. Should any compaction test fail, the Contractor shall take the necessary corrective measures to comply with this specification. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement 5/7/21N13 3:34 PNI 2-6 ('\data\RI?N\101-046\SpecsVFechrucals.doc Cc 2003 RI 12 Enginccnng,Inc. City of Renton Summer 2003 ,r„ East Valley Lift Station Replacement Division 2- Sitework which may occur during the period stipulated in the contract conditions. All repairs rMr necessary due to settlement shall be made by the Contractor at their expense. D. Crushed Rock for Pipe and Sidewalk Bedding aw Crushed rock (5/8" minus) shall be top course as described in Section 9.03.9(3) of the Standard Specifications. Crushed rock shall be placed in layers 4-inches thick and O, compacted to 95 percent of M.D.D. (Modified Proctor) unless shown otherwise on the construction plans. E. Foundation Material lr Foundation material shall be Class A and conform to the requirements of Section 9-03.17 of the Standard Specifications. 'I" F. CDF for Subsealing (Tremmie Seal) Subsealing shall consist of placing control density fill (CDF) in all voids under the existing ,r subsealing and CDF backfill pavement as shown on the construction plans. CDF for subsealing as shown on the plans or as directed by the Engineer shall be proportioned to be flowable, non-segregating, and excavatable, and shall conform to the to following requirements: Maximum Compressive Strength (psi) ............300 40 Minimum 28-day compressive strength (psi) 100 Pounds of cement per cubic yard (approx.)........................................................50 Ow Pounds of fly ash per cubic yard (approx.) .........250 .............................................. Pounds of dry aggregate per cubic yard (approx.) ........................................3,200 or If air containing or water reducing admixture is used for flowability, total water and aggregates may be adjusted for yield. Weights may be adjusted for flowability and pumpability. Revisions to the mix design r shall be submitted to the Engineer for approval. The Contractor shall protect CDF for at least 24 hours after placement or for a duration ,rr as necessary to prevent displacement by construction equipment or traffic. CDF placing may be started if weather conditions are favorable,when the temperature is a minimum of 34°F and rising. At the time of placement, CDF must have a temperature of 1W at least 40°F. Placing shall stop when the temperature is 38°F or less and falling. CDF shall not be placed on frozen ground. 00 G. Trench Backfill All fill placed above the pipe bedding in a trench shall be "Trench Backfill". The trench backfill material has been selected to distribute surface loads over the utility. In addition, w the grain size has been selected so that the trench backfill will not migrate into the pipe bedding or trench walls. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate trench backfill material where shown. go 410 J:\data\RI?N\101-046\Specs\Technicals.doc 2-7 5/7/2(X)3 3:54 PNI C 2(X)3 RI 12 Hnonccnng,Inc. 4)O Summer 2003 City of Renton Division 2-Sitework East Valley Lift Station Replacement Trench backfill shall be placed and compacted above the pipe bedding to finish grade elevations in unrestored areas or to subgrade elevations in restored areas. Trench backfill shall consist of a well graded sand or sand and gravel mixture conforming with Section 9- 03.12 (2), "Gravel Backfill for Walls" of the Standard Specifications and have less than 5 to percent passing the U.S. No. 200 sieve based on the fraction passing the 3/4-inch sieve. Trench backfill shall bear on a firm base. H. Select Backfill to Select fill shall be soil free of organics, debris, and other deleterious materials with no individual particles having a maximum dimension larger than 5 inches. Select fill shall conform to Section 9-03.12 (1) B, Class B of the Standard Specifications. The Contractor shall assume for bidding purposes that 100 percent of native shall be excavated, removed and replaced with select backfill. ► 2.13 Landscaping A. General All existing area within the construction limits damaged during construction that is not to be improved by concrete or structures shall be re-landscaped to as good or better rr condition and to match the existing and surrounding landscaping. The landscape contractor shall coordinate with property owner or their representative for location of connection, operation of irrigation system, and landscaping work. The Owner's current landscaper is listed in the Contact Personnel List located on the Plans. B. Construction Limits The limits of construction will be clearly marked in the field prior to commencement of construction activities. Construction surveying shall be the responsibility of the Contractor. No natural features or vegetation will be disturbed beyond the designated "limits of construction". Contractor shall return the existing vegetation within the construction limits to existing or better condition. Any vegetation disturbed outside of the construction limits shall be returned to existing or better condition at the contractor's expense. C. Submittals Contractor shall submit samples of compost, plant fertilizers, and written maintenance instructions recommending proper procedures for maintenance of plant materials. Provide plant material record drawings legibly recording actual construction indicating horizontal and vertical locations, referenced to permanent surface improvements. Identify field changes of dimension and detail any changes. The Contractor shall submit the data for topsoil to be used as determined by an approved testing lab. Data shall include percentage of organic content as determined by incineration process and recommendations on type and quality of additives required to establish satisfactory pH at factor, organic content, and supply of nutrients to bring the soil to a satisfactory level for planting. The Contractor shall submit a planting schedule, indicating approximate planting date. to 5/7/2(X)3 3:54 PM 2-8 J:\data\RI;N\1 111-1141;\Specs\"1'cehnicals.doc C 2(X)3 RI 12 Engincenng,Inc. City of Renton Summer 2003 aw East Valley Lift Station Replacement Division 2- Sitework D. Delivery, Storage, and Handling Deliver fertilizers in original, unopened and undamaged containers that list weight, analysis and name of manufacturer. Store in such a manner as to prevent wetting and deterioration. Take all precautions customary in good trade practice in preparing plants for transplanting. Spray deciduous plants in foliage with an approved "Anti-Desiccant" immediately after digging to prevent dehydration. Dig, pack, transport, and handle plants .r with care to ensure protection against injury. If plants cannot be planted immediately upon delivery, properly protect them with soil, wet peat moss, or in a manner acceptable to the Owner's Authorized Representative. Water plantings daily. Provide dry, loose topsoil for planting bed mixes. E. Protection aw Prevent damage to existing features, pavement, utility lines, areas to receive planting and other features remaining as part of final landscaping. wo F. Quality Assurance Comply with all applicable federal, state and local codes and safety regulations. Comply with sizing and grading standards of the latest edition of"American Standard for No Nursery Stock." A plant shall be dimensioned as it stands in its natural position. All plants shall be nursery grown under climatic conditions similar to those in the project aw locale for a minimum of 2 years or transplanted from on-site. All potted plants shall be grown in the containers in which they are sold for a minimum of one year. Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at vlr no additional cost, providing that the larger plants will not be cut back to size indicated. Provide plants indicated by two measurements so that only a maximum of 25% are of the minimum size indicated and 75% are of the maximum size indicated. G. Project Conditions Notify Owner's Authorized Representative at least 7 working days prior to installation of �r plant material. A complete list of plants, including a schedule of sizes, quantities and other requirements is shown on the Contract Drawings. In the event that quantity discrepancies or material omissions occur in the plant materials list, the planting plans shall govern. H. Warranty Warrant trees, shrubs and ground cover for the period as stated in the Warrant, section of Division 1 against defects including death and unsatisfactory growth, except for defects resulting from negligence by Owner, abuse or damage by others or unusual phenomena or r incidents beyond Contractor's control. Replace, in size and kind and in accordance with the Contract Drawings and Specifications, all plants that are dead or, as determined by the Owner's Authorized Representative,in an unhealthy or unsightly condition, or have lost their natural shape due to dead branches or other causes due to the Contractor's negligence. Such replacement(s) will be at Contractor's expense. J\data\R]?N\101-040\Specs\Technicals.doc 2-9 5/7/21N13 3:54 I'M +1W cC'OW R112 Enginecnng,Inc. VW Summer 2003 City of Renton Division 2-Sitework East Valley Lift Station Replacement Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires, unusual floods, freezing rains, lightning storms, winds over 75 miles per hour or other "Acts of God". Winter kill caused by extreme cold and severe winter conditions not typical of planting area, unanticipated acts of vandalism or negligence on the part of the Owner and damage caused by wildlife, shall not be covered under this warranty. I. Materials Provide plants typical for their species or variety with normal, densely developed branches and vigorous, fibrous root systems. Provide only sound, healthy, vigorous plants free from defects, disfiguring knots, sun scald injuries, frost cracks, abrasions of the bark,plant diseases, insect eggs, borers and all forms of infestation. All plants shall have a fully developed form without voids and open spaces. Container-grown stock: Grown in a container for a minimum of one year and with root system to have developed to hold its soil together, firm and whole. No plants shall be loose in the container. Container stock shall not be pot bound. Bare root stock shall be dug and the earth removed without injury to fibrous root system necessary for full recovery of plant. Cover roots with thick mud coating by puddling and/or wrapping in wet straw, moss or other suitable packing material immediately after rr digging. Keep plant protected until planted. Plants with roots dried from exposure. Plants planted on rows shall be matched in form. No pruning wounds shall be present with a diameter of more than 1 inch and such wounds must show vigorous bark on all edges. Evergreen trees shall be branched to the ground; double trunk trees are not acceptable. J. Sod The Contractor shall coordinate with the property owner or through a landscape architect on developing a sod blend that matches the existing lawn. Sod shall not be less than 10 months old nor more than 30 months old and shall be healthy and have a dense,vigorous, well-developed root structure. Sod shall be delivered to the job site within 24 hours of being harvested, and cut into 18-inch wide 1- inch thick strips,rolled and loaded on pallets or as approved. K. Topsoil Topsoil shall be naturally occurring surface soil with a minimum sand content of 60 percent, shall have no evident rocks or debris over %2inch, and shall have an acidity pH range of between 5.0 and 6.5 and an organic matter content of 10 by dry weight. Add dolomite limestone, if required, to obtain a pH range of 5.0 to 6.5. Limestone, if used, shall be finely ground, passing a minimum of 90% through the U.S. Standard No. 8 sieve and 20% through the U.S. Standard No. 100 sieve. Add approved nutrients,if required, to bring nutrients to a satisfactory level for planting as recommended by a qualified testing laboratory (exclude nitrogen,potassium and phosphorus). Soil from excavated planting pit shall be mixed with organic compost in a ratio of 1/3 organic compost to 2/3 sandy loam. 5/7/2(X13 3:54 PNI 2-10 I\data\RIiN\101-U4G\SpccsVFcchnicals.doc Cr'21X13 RI 12 Fngincenng,Inc. City of Renton Summer 2003 r East Valley Lift Station Replacement Division 2- Sitework .r Excess soil shall be disposed of as per Owner's Authorized Representative's instructions. Soil Amendment Commercial Fertilizer Each tree and shrub shall receive "AgSafe Tabs" (or equal) plant tablets at the time of planting at the following rate: Plant Size Tablet Size No. of Tablets Ga. 10 gram 1-2 Gal. 21 gram 2-3 Cal. Inch of tree 21 gram 2 per inch Ht. Of tree 21 gram 2 per ft. of ht. aw For application to tree/shrub/groundcover beds 3 months after initial planting: Provide fertilizer with not less than 18 percent total nitrogen, 8 percent available phosphoric acid and 9 percent total potash. ow P and K to come from Controlled Release Polymer Coated-based nitrates. Shredded Plant Waste: 'w Material shall consist of on-site plants removed during site clearing operations shredded by a mechanical wood chipper that produces chips no larger than 2 inches in length and quarter inch in thickness. my Mulch for 2 to 1 slopes: Mulch for 2 to 1 slopes or greater shall be nutramulch compost or approved equal. .r Mulch shall meet the minimum MUM Standards established by Washington State Department of Ecology as defined in WAC 175-304-300 and 400. L. Landscape Accessories ftV 1. Stakes and guys shall be made from new hardwood, treated softwood or redwood, free of knot holes and other defects. Provide wire ties and guying hose as shown on Contract Drawings and as specified for evergreen trees. Provide #5 rebar stakes and guying for deciduous trees as shown on Contract Drawings. Anti-Desiccant: Protective film emulsion providing a protective film over plant surfaces, permeable to permit transpiration; mixed and applied in accordance with manufacturer's instructions. M. Inspection Examine proposed planting areas and conditions of installation. Do not start planting work until unsatisfactory conditions are corrected and approved by the Owner's aw Authorized Representative. N. Preparation "' Time of Planting: Evergreen material so Plant evergreen material between September 1 and December 1 or in the spring before err J:\data\RI;N\101-1146\Specs\Technicals.doc 2-11 5/7/21N13 3:54 I'M 0 21H13 8112 Lingincenng,Inc. err Summer 2003 City of Renton Division 2-Sitework East Valley Lift Station Replacement new growth begins. If project requirements require planting at other times,plants shall be sprayed with anti-desiccant prior to planting operations. Deciduous material Plant deciduous materials in a dormant condition. If deciduous trees are planted in-leaf, they shall be sprayed with an anti-desiccant prior to planting operations. Bare root material Plant bare root material between November 1 and March 1. Planting shall be performed only by experienced workers familiar with planting procedures under the guidance of a certified landscape contractor with a minimum of 5 years of experience. Locate plants as indicated or as approved by the Owner's Authorized Representative in the field after staking by the Contractor. If obstructions are met that are not shown on W the Contract Drawings, do not proceed with planting operations until alternative plant locations have been selected or approved by the Owner's Authorized Representative. go O. Landscape Grading 1. Perform fine grading within Contract limits,including adjacent transition areas, to new elevations, levels, profiles and contours indicated. Provide subgrade surfaces parallel to finished surface grades, unless specified otherwise. Provide uniform levels and slopes between new elevations and existing grades. All fills required to achieve subgrades shall be compacted to 90%. 2. Perform grading, within branch spread of existing trees scheduled to remain, by hand methods to elevations indicated. Cut roots cleanly to depth 3 inches below proposed finish grade. Treat cut roots over 1-inch in diameter with asphaltic pruning paint. P. Installation Set plant material in the planting pit to proper grade and alignment, as shown on the planting details. Set plant material 2-3 inches above the finish grade. Filling will not be permitted around trunks. Backfill planting pit with topsoil. Form a ring of soil around the edge of each planting pit to retain water, except on slopes greater than 2 to 1. Provisions shall be made to allow drainage of excess water from ponding in planting pits to an approved source,if soil conditions are such that free drainage is not possible. After plants are set, muddle planting soil mixture around bases of balls and fill all voids. Remove all wrapping from the tops of root balls. Remove completely all non- biodegradable wrapping from root balls. Mulch all planting beds with nutramulch to a depth of 4 inches or approved equal in areas with slopes 2 to 1 greater and 2 inches in all other areas with stockpiled shredded plant waste. For sod placement, first spread 2001b of lime per 1,000 sq. ft., thoroughly incorporate and bring to grades indicated. Rake entire surface to a smooth and even grade; remove all rock over %2inch in diameter, grass roots, and debris, and roll. Use tight, staggered joints. Keep sodded areas moist until well-established. 5/7/2(x)3 3:54 PNI 2-12 J:\data\Rl'N\1()l-(W,\Specs\1'eehnicals.doc C 2(N)3 RI I2 1-'mgneenng,Inc. City of Renton Summer 2003 East Valley Lift Station Replacement Division 2- Sitework +�+ Guying/Staking: Guy or stake all tress immediately after planting as shown on the Contract drawings. Each guy wire shall be conspicuously flagged with bright colored survey tape to increase its iw+ visibility. All work shall be accomplished in a manner acceptable to the Owner' Authorized Representative. Ping' Prune new plant materials only as directed by the Owner's Authorized Representative. Remove or cut back broken, damaged and asymmetrical growth of new wood. Multiple leader plants: Preserve the leader that will best promote the symmetry of the plant. Cut branches flush with the trunk or main branch, at a point beyond a lateral shoot or bud a distance of not �r less than Y2the diameter of the supporting branch. Make cut on an angle. Prune evergreens only to remove broken or damaged branches. ' Care of Existing Trees: Selectively prune existing trees in designated areas,under direction of Owner's Authorized Representative. Remove sucker shoots and dead,rubbing and damaged branching. Owner's Authorized Representative to mark. Q. Plant Establishment Period i` The plant establishment period shall be 365 days in duration. Maintenance of landscaping installed as part of this contract is fully the responsibility of rr the contractor during the plant establishment period. During the plant establishment period, it shall be the Contractor's responsibility to ensure the continued growth of all plant materials. This care shall include, but not be limited to, d w the following: labor and materials necessary for removal of foreign materials, weeds, dead or rejected plant materials and lawn; the replacement of all unsatisfactory plant materials planted under this Contract in kind and size; and fertilizing to maintain a healthy growing condition and visually pleasing site. All dead plant materials shall be replaced within thirty (30) days of discovery. Re-set settled plants to proper grade and position. Restore planting saucer and adjacent material and remove dead material. Tighten and repair guy wires and stakes as required. Correct defective work as soon as possible after deficiencies become apparent and weather and season permit. Water trees, plants and groundcover beds within the first 24 hours of initial planting, and in sufficient amounts thereafter to keep plant materials in a health`-growing condition. rr Provide maintenance reports to Owner's Authorized Representative monthly, indicating procedures, fertilizing, defective material, etc. R. Acceptance ..Ir ):\da[a\1Z1'.N\101-046\5pccs\lbchnica1s.doc 2-13 5/7/2003 3:54 I'M Cc'2003 8112 linpnccnng,Inc. Aw Summer2003 City of Renton Division 2-Sitework East Valley Lift Station Replacement 1. Final inspection to determine acceptance of planted areas will be made by the Owner's Authorized Representative, upon Contractor's request. Provide notification at least 10 working days before requested inspection date. Planted areas will be accepted, provided all requirements, including maintenance, have been complied with and plant +rr materials are alive and in a healthy, vigorous condition after final acceptance of the project. 2. Upon one year after Substantial Completion, the Owner will assume plant ` maintenance. S. Cleaning During landscape work,keep pavements clean and work area in an orderly condition. Perform cleaning during installation of the work and upon completion of the works Remove from site all excess materials, soil, debris and equipment as instructed by Owner's Authorized Representative. Repair damage resulting from planting operations. 2.14 Temporary Construction Access Fence The contractor shall provide a 6' tall temporary- construction fence surrounding the construction site. Fence posts shall be spaced at a maximum of 12' on center. Contractor shall be responsible for maintaining fence during construction and securing fence after each workday. Posts shall be securely installed directly into the ground or set in temporary concrete base blocks. Chain link shall be securely attached to the fence posts. Chain link shall be 13-gauge minimum. Top and bottom wire shall be used for fencing with posts directly driven into the ground. Top and bottom rail shall be used for modular fencing using concrete block bases. All vehicle access gates shall be locked with a padlock provided by the contractor. Extra keys shall be provided to the Owner and Engineering inspector prior to construction. �rt1 5/7/21913 3:541 M 2-14 J:\data\HYN 101-046\5pccs\1'cchnicals.doc C 2003 R112 1'mynnccnng.Inc. ow Division 3 Concrete 4W 3.1 General This division covers that work necessary for furnishing and installing all concrete as described in these specifications and as shown on the plans. QW 3.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Concrete mix design&test results as noted below. 2. Admixture Data 3. Special placement procedures for hot or cold weather 4. Construction Joint Plan 5. Schedule of surface finishes 6. Rebar mill certifications 7. Rebar placement shop drawings 8. Form ties for water holding structures .rr 9. Precast concrete items 10. Grouts 11. Embedded items Concrete mix designs shall be submitted to the engineer for approval a minimum of two 9W weeks prior to placing any concrete. The mix design shall include the amounts of cement, fine and coarse aggregate,water and admixtures, as well as the water cement ratio, slump, concrete yield and substantiating strength data in accordance with ACI 318-99, Chapter 5. A batch plant inspection may be required, the cost of which shall be paid by the Contractor. Review of mix submittals by the engineer of record indicates only that information presented conforms generally with contract documents. Contractor or ++•� supplier maintains full responsibility for specified performance. 3.3 Inspection 4W All formwork and reinforcing steel must be inspected and approved by the Owner prior to placing any concrete. Provide 48-hour notice to Owner prior to needing the required inspections. srr 3.4 Testing The Owner will provide and pay all costs of concrete testing. The Engineer shall be furnished with copies of all inspection reports and test results. The Contractor will coordinate all concrete testing with the testing labs. Costs will be paid by the Owner in accordance with UBC 1997. rY1 J:\data\FJ N\101-046\Specs\'fechnicalx.doc 3-1 5/7/2003 3:54 I'N1 cC 2003 RI L I moncenng,Inc. 1W Summer 2003 City of Renton Division 3- Concrete East Valley Lift Station Replacement Give the Owner 48 hour notice prior to concrete placement. If Contractor fails to provide r the required notice, the Owner may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. rr If the Contractor schedules a concrete placement and does not notify the Owner and testing lab of a cancellation within 24 hours of the scheduled placement, the Contractor shall pay the testing lab costs for an unnecessary trip. If the Contractor fails to provide the testing lab with adequate notification and testing lab cannot attend concrete placement, Contractor shall reschedule placement. Contractor shall be responsible for all associated delays. The Contractor shall provide all assistance and cooperation necessary to testing personnel to obtain the required concrete tests. Contractor and Owner will have access to testing results as soon as they are available. The testing lab shall take a minimum of four samples. One for a 7 day test, two for 28 day tests, and one for backup testing in case the other two samples do not meet design strength or to verify strength prior to form removal. 3.5 Concrete Materials Concrete shall be mixed, conveyed, and proportioned in accordance with UBC section 1905. The concrete mix shall include the amount of cement, fine and coarse aggregate, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these specifications, the requirements of the 1997 Uniform Building Code Section 1905, and the requirements of ACI 318-99. Materials shall conform to the following standards: • Cement-ASTM C-150 • Coarse aggregate -ASTM C-33 • Fine aggregate -ASTM C-33 • Admixtures -ASTM C-494 • Air-entraining admixtures -ASTM C-260 • Fly Ash -ASTM C-618 Nominal maximum size for aggregates is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. Water used in concrete shall be potable. 00 Fly ash may be substituted for up to 15-percent of the required cement. Air content shall be as measured out of the truck. Precast concrete shall be as specified under Section "Precast Concrete". 00 5/7/2(103 3:54 I'M 3-2 J:\data\RI?N\101-046\Spccs\1'cchnicals.doc ow C 2(X)3 RI I2 1Sngincenng,Inc. to City of Renton Summer 2003 East Valley Lift Station Replacement Division 3- Concrete +� Strength and mix criteria not shown on DWG No. G01 (General Information Sheet) shall be as follows: Concrete Fill Use for all concrete shown on the drawings as Concrete Fill. Use water reducers as required for flowability. 28 day strength -2,500 psi minimum Water/cement ratio - .50 maximum Nominal maximum aggregate size -3/8" ++r Entrained air ratio- 5.0%minimum to 8.0%maximum Slump—as required for placement. Other Structural Concrete All concrete as shown on the plans not used for liquid containment and below-grade structures and not called out otherwise. Use water reducers as required to achieve slump. ,.. 28-day strength - 4000 psi minimum Water/cement ratio - .40 Nominal maximum aggregate size -1" Entrained air ratio - 4.5%minimum to 7.0% maximum Slump - 4 inches maximum on slabs and 6 inches maximum on walls. Concrete for Thrust Blocks,Driveways and Sidewalks All concrete for non structural applications including thrust blocks, driveways, and sidewalks. 28 day strength—4000 psi minimum Water/cement ratio - .45 maximum Nominal maximum aggregate size— Y4' Entrained air ratio—5.5%minimum to 7.5%max 3.6 Formwork Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until a removed. Form construction for surfaces covered with backfill shall be made of steel, plywood, or No dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. Unless otherwise directed, coat contact surface of forms with colorless, non-staining, 1W mineral oil that is free from kerosene, or other approved suitable material, to permit satisfactory removal of forms without concrete damage. Form-release agent for interior of potable water storage structures shall be National Sanitation Foundation Standard (NSF) ""' No. 61 approved for use in direct contact with potable water. Forms shall remain in place until the concrete has developed sufficient strength to withstand imposed loads without damage or deflection. Forms for beams and suspended JA data\RBN\101-046\Specs\Tcchnicals.doc 3-3 5/7/21X13 3:54 I'M +YU C 211113 RI 12 Engineering,Inc. Summer 2003 City of Renton Division 3- Concrete East Valley Lift Station Replacement ib slabs shall remain in place until concrete has developed 28-day design strength, unless approved by the Engineer.. The Contractor shall coordinate with the testing lab to verify concrete strength prior to form removal. Do not allow water to flow through areas where forms are to be placed. During form Sri construction and, prior to placement of concrete, keep footings and floor slab areas free of standing water. After form removal,remove all fins and projections and fill all holes and imperfections. Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus 1/4- inch in any 10-foot length, and shall not exceed one inch over the entire length. Variations from dimensions shall not exceed plus or minus 1/2-inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment and other permanent materials. + The Contractor shall submit a construction joint plan to the Engineer for review prior to formwork and rebar installation if required by the plans or if altered from that shown on the plans. Modifications to the construction joints shall be submitted to the Engineer no less than 7 working days prior to placing the forms and rebar. Form ties for use in liquid containment structures shall be Standard Plastic Cone Snap-ties with Y4" diameter neoprene waterstop washer or removable taper ties. Contractor shall submit to the Engineer form ties to be used for review prior to installation. 3.7 Reinforcing Steel Reinforcing steel requirements are listed below and detailed in the plans. Grade -ACI A615-81A, Grade 60 Detailing-ACI 318-99 and ACI 315-92 Lap requirements - See schedule on drawings Tie wire - 16 gauge minimum Reinforcing steel shall be detailed in accordance with ACI 315-92 and 318-95. Lap all reinforcements in accordance with "the reinforcing splice and development length schedule". Provide corner bars at all wall and footing intersections. Bar supports shall conform to "Bar Support Specification," CRSI Manual of Standard Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete blocks to support bars off ground. Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks, improper bends, or reduced cross-section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack-welded or otherwise heated. 3.8 Pre-Cast Concrete A. Standard ++ All concrete structures identified on the construction drawings as being pre-cast, prefabricated, or not specifically detailed with reinforcing steel shall be pre-cast concrete. �i 5/7/2(X)3 3:54 PNI 3-4 I\data\RFN\101-1146\Specs\Teehnieals.doc Ce'2(N)3 RI 12 Engineering,Inc. 1 City of Renton Summer 2003 aw East Valley Lift Station Replacement Division 3- Concrete Pre-cast concrete manholes shall conform to ASTM C-478. The rubber gasket joint shall conform to ASTM C-443. Additional reinforcement shall be provided within the pre-cast concrete structure at all penetrations, openings, joints, and connections. The additional ,■„ reinforcement shall be provided to prevent damage during shipping, handling and installation. All damaged units shall be rejected. Pre-cast vaults shall conform to ACI 318-99 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the construction drawings. Pre-cast vaults shall be constructed to withstand anticipated construction loads that occur during transport, handling, and placement as well as the anticipated design loads. Design loads shall include the anticipated soil pressures, hydrostatic loads,and H-20 vehicular load rating. Refer to Division 9 for Finish requirements. B. Primary Pumping Basin aw The primary pumping basin structure shown on the Plans shall be provided with Ameron T-Lock Amer-Plate system on the interior of the structure. The exterior of the structure shall be coated as identified in Division 9. The structure shall be delivered as one err continuous piece. 3.9 Cast-In-Place Concrete iW A. General Place no concrete when air temperature is below 40 degrees during the 28-day curing „,o period unless a low temperature concrete mix has been approved by the Owner. Provide adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water as required. Use no materials containing ice. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during the 28-day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor's expense. aw Do not place concrete during rain, sleet, or snow until water and freezing protection is provided. aw Before beginning placement of concrete, remove hardened concrete and foreign materials from inner surface of mixing and conveying equipment. Before depositing concrete, remove debris from space to be occupied by the concrete. Secure reinforcement in aw position to prevent movement during concrete placement. ow J:\data\RI,,N\I01-1141)\Specs\Techmcals.doc 3-5 5/7/21X13 3:54 PM C 21X13 RI 12 Engineering,Inc. IM Summer 2003 City of Renton Division 3- Concrete East Valley Lift Station Replacement Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited. Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Plans or as approved by the Owner. Maximum concrete drop shall be 5 feet Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and into corners of forms to eliminate air or rock pockets which may cause honeycombing, pitting, or planes of weakness. Insert and withdraw internal vibrators at points No approximately 18 inches in each direction and extend into the lower concrete lifts.At each insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation. Do not use vibrators to transport concrete within forms. Consolidate go slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods. Have a spare vibrator available at jobsite during concrete placing operations. After form removal, remove all fins and projections, fill all form tie holes, and finish in accordance with the Finish Schedule. Repair all rock pockets and other defective concrete immediately after form removal. Remove all defective concrete to sound concrete. Apply approved bonding agent in accordance with manufacturer's recommendations prior to placing fresh concrete. At construction joints, thoroughly clean surface of existing concrete to remove laitance. Sri Roughen existing concrete surface to expose aggregate uniformly and apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations. Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance w with ACI 301, Section 8.5. At horizontal construction joints at the base of walls taller than 8 feet, caulk the bottom exterior of both the interior and exterior forms prior to placing concrete. At the beginning of the concrete pour,place a 1 Y2to 2 Y2M' ch thick grout pad prior to placing the concrete for the wall. Grout mix shall consist of fine aggregates, concrete and water in the same ratios as used in the wall concrete. The placement of the concrete shall proceed immediately after the grout placement so as to prevent any cold joints. At patches, repairs, and other areas requiring bonding of new to existing concrete, apply an approved bonding agent to existing concrete in accordance with manufacturer's recommendations. All concrete shall be water-cured unless approved in advance by the Owner. If approved, curing materials shall conform to ASTM C-171 and liquid membrane-forming compounds shall conform to ASTM C-309. Placement shall be in accordance with 1997 LBC, Section 1905. ' B. Extruded Curb Install extruded curb to match existing curb removed during construction of the 5/7/20113 3:54 PNI 3-6 J:\data\RI:N\101-(W4 \Specs\7'cchnicals.doc 10 Cr 2(K)3 RI 12 F,npnecnng,Inc. at City of Renton Summer 2003 East Valley Lift Station Replacement Division 3- Concrete AW improvements. The section of extruded curb removed and replaced during construction shall extend from one expansion joint to the next expansion joint or as marked by the Engineer. dw C. Concrete Sidewalk, Curb and Gutter, and Driveway/Pad Install concrete sidewalk, curb and gutter and driveway/pad sections in locations as shown on the Plans per Renton Standard detail and as modified herein. The concrete for the driveway/pad and sidewalk shall be a minimum thickness of 6 inches. Expansion joints shall be installed full depth of concrete at all cold joints. A 1-inch deep trowelled crack control joint shall be provided ever, 6 feet on center starting from the south edge of the construction area to the north edge. One crack control joint shall be provided in the center of the concrete pad section between the curb and proposed structure. Crack �w control joint pattern plan shall be reviewed and approved by engineer prior to beginning of concrete work. 3.10 Embedded Items Position embedded items accurately, and support against displacement or movement during placement. Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily rre removable materials to prevent entry of concrete into voids. 3.11 Non-Shrink Grout Non-shrink grout shall comply with Section 6-02.3(20) of the 2000 Standard Specifications, class 3000 LS. Grout strength shall be equal to or greater than the material on which it is placed, or 4,000 psi minimum. rr Stockpile grout to prevent contamination from foreign materials and store admixtures to prevent contamination or damage from excess temperature change. Water to be used in do mixing the grout shall be free from foreign materials. Non-shrink grout shall be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete and CMU block walled structures. �r 3.12 Concrete Surface Repair and Sloping Concrete repair compound shall be a two component, concrete repair and topping compound consisting of a uniform, premixed blend of Portland cements and graded washed silica aggregates with a liquid latex modifier to promote lasting surface adhesion, for renovation and new construction. Compound shall be equal to Raeco R-50. A. Surface Preparation Surfaces to be covered must be structurally sound, clean and free of dust, oil, grease, ` sealers, curing compounds, laitance, release agents or other surface contaminants. Sandblast area to remove all concrete residue. Sweep and vacuum surface. B. Mixing Mix per Manufacturer's written recommendations. C. Application To Concrete I:Adata\PJ:N\1111-1146\SpecsV'1'eehnieals.doe 3-7 5/7/2003 3:54 Ph1 C 21X13 RI 12 linginecnng,Inc. rir Summer 2003 City of Renton Division 3- Concrete East Valley Lift Station Replacement Apply two (2) coats of Raeco-bond or equal concrete mortar bonding agent. Bonding agent shall be compatible with concrete substrate and concrete mortar recommended by the manufacturer for use when bonding substrate concrete to the concrete mortar. No Apply the Raeco R-50 or equal compound with a trowel or straight edge, trowel to desired texture and follow manufacturer's written requirements for maximum thickness of lifts to be applied to achieve the desired elevation on the prepared surface. Light broom finish after placement is complete. Do not add or spray latex onto the surface for finishing, it may cause the surface to spall. Rough spots or trowel marks may be sanded off the surface, using a medium to fine grit sandpaper after compound has setup. Sanding should be accomplished no later than 24 hours after application. Allow an adequate curing time before applying a sealer. 3.13 Finish Schedule am Do not place concrete which requires finishing until the materials, tools, and labor necessary for finishing the wet concrete are on the job and acceptable to the Owner. mi Cut out and patch defects in concrete surfaces as specified herein. After removal of forms, chip out imperfections, rock pockets, holes from form ties, and other defects to solid av concrete. Surface of the cavity to be patched shall be thoroughly wet before patching mixture is applied. Where pull-out type ties are used, fill holes as recommended by manufacturer of ties, and as approved by the Owner. to The finish schedule is shown below: Concrete walls -Architectural 11 Sidewalks -To Match Existing Driveway-To Match Existing .sir 3.14 Asphalt Parking Lot Repair Sawcut and patch asphalt in a rectangular pattern one foot beyond disturbed area. No Thickness of asphalt to match existing or minimum of 4 inch Class B, 6 inches of top course. ow so v No ■M 5/7/2(K)3 3:54 PN1 3-8 1:\data\RP.N\101-1146\Specs\Tcchnicals.doc ilk C 2003 RI 12 P.nginccnng,Inc. Division 4 Masonry Not Used this Contract r J:\data\RHN\I01-(WASpccs\Tcchnicals.doc 4-1 5/7/2(X)3 3:54 PNI C 2(X)3 RI 12 Engineering,Inc. WII Division 5 Metals 5.1 General This division covers that work necessary for furnishing and installing all metals as described in these specifications and as shown on the plans. 5.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Steel Connectors 2. Stainless Steel Items UW 5.3 Steel Connectors All connection bolts shall be approved self load indicating types and shall be installed in strict accordance with the manufacturer's published recommendations. Connection bolts shall be load indicating bolts, Lejeune tension control bolts or equal. All bolts shall be selected to retain the strength of the structural member. Connection Bolts -ASTM A325-X „r or ASTM A490 5.4 Stainless Steel w. Stainless steel shall be type 304 (non-welded) or type 304L (welded). Stainless steel thrust rods shall be type 316. 4W All stainless steel shall have a standard mill finish where concealed or No. 4 finish where exposed and shall be cleaned of all foreign matter before delivery to the job. Plates -ASTM A240 Fasteners -ASTM F593 Extruded Structural Shapes -ASTM A276 Pipe - ASTM A240 (larger than 6" diameter);ASTM A312 (6" diameter and smaller) �r • x1111 1:\data\RI?N\101-1146\Spccs\Tcchnica1s.doc 5-1 5/7/2(N)3 3:54 PNi C 2(X)3 RI 12 1-.nginccnng,Inc. irr 40 Division 6 Carpentry Not Used this Contract go wo to N. go J.\data\RIiN\101-04G\Specs\Tcchmcals.doc 6-1 5/7/2(X)3 3:54 PM C 2(X)3 RI I2 I:ngincenng,Inc. Ww Division 7 Thermal and Moisture Protection Not Used this Contract Vw aw ON aw so O. o Ow 40 J:\data\RI?N\101-046\Spccs\Tcchnicals.doc 7-1 5/7/21X13 3:541 M C 21X13 RI I2 Engineering,Inc. Ow Division 8 Doors and Windows Not Used this Contract rw g. we N. to AW do J:\data\RI?N\1111-1146\Specs\Technicals.doc 8-1 3/7/20113 3:54 ptil C 21X13 R112 Iinginecting,Inc. wr ' Division 9 Finishes 9.1 General w This division covers that work necessary for providing all materials, equipment, and labor to coat all items in accordance with these specifications. r. Coating shall be done strictly in accordance with manufacturer's instructions and in a manner satisfactory to the Owner. The dry film thickness listed in the "Materials" section of this Division must be met,regardless of the applied film thickness or number of coats. �r Carefully observe all safety precautions stated in the manufacturer's printed instructions. Provide adequate ventilation and lighting at all times. Bring all materials to the job site in the original sealed and labeled containers of the paint manufacturer. Materials shall be subject to inspection by the Owner. In addition, provide one unbroken gallon container of each type and color of paint and each type of solvent and thinner used. Store paint supplies as approved by the Owner. 9.2 Submittals Before beginning any painting or coating, submit a list of coatings and manufacturers intended for use for review by the Owner. Include the application each coating is intended for, any surface preparation, number of coats, method of application, and coating thickness. Provide Material Safety Data Sheets for all materials to be used including solvents. Submit this information in accordance with the requirements +w regarding shop drawings included herein. Provide owner with schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon contractor-provided schedule, update schedule weekly or as necessary. 4' 9.3 Surface Preparation and Application Prepare surfaces in accordance with the recommendations of the manufacturer of the W coating to be applied to the surface, or the surface preparation requirements of these specifications,whichever are stricter. Coatings shall only be applied during weather meeting the recommendations of the coating manufacturer. Air and surface temperatures shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of +rr airborne dust at the time of application and while coating is drying. Contractor shall take any and all measures necessary to prevent over-spray. Should over- spray occur, the contractor is responsible for all costs associated with any damage that wr occurs as a result of over-spray. Materials shall be mixed, thinned and applied according to the manufacturer's printed instructions. 9.4 Coating Quality The paint and paint products of Tnemec, mentioned in these specifications, are intended as a standard of quality. Substitutions may be considered but must be approved by J:\uata\RU N\101-040\Spccs\Tcchnicals.doc 9-1 5/7/2003 3:54 Phl C 21X13 RI 12 linlnncmng,Inc. rrr Summer 2003 City of Renton Division 9-Finishes East Valley Lift Station Replacement ; Engineer prior to bid deadline. Offers for substitutions will not be considered which decrease film thickness, solids by volume or the number of coats to be applied or which propose a change from the generic type of coating specified herein. All substitutions shall include complete test reports to prove compliance with specified performance criteria. Paint application shall be in strict accordance with manufacturer's printed instructions except that coating thickness specified in paint schedule herein shall govern. 9.5 Substitutions Substitutions of the coatings of other manufacturers shall be considered only if equivalent systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. 9.6 Color The Owner will develop a color schedule for painted items after award of the contract. 9.7 Materials A. Ductile Iron Pipe (Exterior) Pipe shall be emptied of water for a minimum of 12 hours prior to surface preparation and painting. Pipe shall not be filled with water until coating is dry. Non-submerged pipe surface preparation SSPC-SP-6 (commercial blast). as Submerged pipe surface preparation SSPC-SP-10 (white blast). One coat Tnemec Series 66 Hi-Build Epoxohne. 4 3 to 5 mil DFT One Coat Tnemec Series 66 Hi-Build Epoxohne 3 to 5 mil DFT Installation/Application as All valves and piping in valve and flow meter vaults. All piping and valves in wet well. B. Concrete (Exterior Below Grade) Surface preparation - clean and dry One coat Tnemec Series 46H-413 Hi-Build Tnemec-tar 16-20 mil DFT C. Concrete (Exterior Above Grade) Surface preparation - clean and dry One coat Prime-a-Pell 200 One coat Conformal Clear- 125 square feet/gallon Saturate without washdown 5/7/2003 3:54 PNI 9-2 J:\data\IU 101-(W6\Spccs\Tcchnicals.doc C 2(X)3 RI L Empnccnng,Inc. City ofRenton Summer 2003 No East Valley Lift Station Replacement Division 9-Finishes am D. Interior Concrete Wet Well 1. Preparation of Concrete +„w a Verify state of cured concrete. No concrete surface shall be coated without a minimum 28-day cure. This applies to patched areas, new pour areas, or newly formed walls and containment dikes. b Roughen concrete surface for improved adhesion. Concrete shall be abraded by an approved method such as steel shot blast, high pressure water blast,water jetting with abrasive injection, or similar to achieve a 4mil profile. Profile tape is to be used to ensure adequate profile over the entire substrate. c Remove surface contaminants. Remove all oils, grease, dirt, efflorescence, laitance or other foreign contaminants. The concrete surface will also need to be free of moisture or standing water. Wash down with clean water and vacuum the surface subsequent to the above procedures. d Repair substrate defects. After the concrete is clean and dried, all surface irregularities are to be repaired with an approved patching material. This includes form voids, honeycombs, fins, cracks, spalled areas and control joints. Any and all 10' metallic protrusions shall be ground below the surface and then patched or filled with a suitable material. am e Verify cure of patching products. All materials used shall be allowed to cure the minimum allowed time as stated by the manufacturer. Any concrete or mortar patch shall be allowed a 28-day cure before proceeding with coating application. tar 2. Application Procedures of Primer and Coating a Application procedures shall conform to the recommendations of the coating irr manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. b The spray equipment shall be specifically designed to accurately ratio and apply the specified primer and protective coating materials and shall be regularly maintained and in proper working order. c The primer and protective coating material must be spray applied by a Certified Applicator of the coating manufacturer and must be able to provide written proof prior to beginning the work. 3. Primer Application Surface preparation—as described above. One coat Raven Lining System -AquataPoxy A-10 or approved equal. 2-5 mils am 4. Protective Coating Application Surface preparation—as described above. Raven Lining System—Raven 405 Ultra high build epoxy NO I\data\RIiN\101-046\5pccs\Tcchnicals.doc 9-3 5/7/2(X)3 3:54 Pitt C 2(X)3 RI I2 l:ngincmng,Inc. Aw Summer 2003 City of Renton Division 9-Finishes East Valley Lift Station Replacement 60-100 mils Coating shall be allowed to cure for one week (7 days) prior to placing into service. 5. Installation/Application + ► a. Top, sides, floors of entire concrete wet well. b. Exterior and top of wall of primary pumping basin rrr E. Exterior Concrete Wet Well Surface Preparation - SP-7 Sweep Blast (Blue Gray) vo One coat Tnemec Series 4614-413 Hi-Build Tnemec-Tar Applied at 16-20 mils DFT F. Concrete Vaults Exterior Concrete (Below Grade) Surface Preparation- SP-7 Sweep Blast (Blue Gray) ww One coat Tnemec Series 4614-413 14i-Build Tnemec-Tar Applied at 16-20 mils DFT 9.8 Inspection ' The Owner shall inspect and approve all surface preparations prior to application of any coating. Provide 24-hour notice prior to surface inspection needs. For metals exposed to exterior atmospheric conditions, first coat of paint or primer must be placed within four (4) hours of passing inspection. Bare steel must be reblasted and reinspected if not successfully coated within this four hour time frame, at the Contractor's expense. Use the Pictorial Surface Preparation Standards for Painting Steel Surfaces (VIS-1) by the Steel Structures Painting Council (SSPC) as a visual standard for inspection of surface preparation of metal surfaces. Each coat shall be inspected prior to application of the next coat. Areas found to contain 04 runs, overspray, roughness, streaks, laps, sags, or other signs of improper application shall be repaired or recoated in accordance with the manufacturer's recommendations. Finish coats shall be uniform in color and sheen. Surface preparations and coatings not 0 inspected and approved by owner will be uncovered for inspection and approval at no additional cost to the owner. The completed coating shall produce a minimum dry film thickness in accordance with the specifications as determined by the microtest thickness gauge or comparable instrument. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it. Contractor shall inspect the completed coating on metal surfaces in the presence of the Owner for pinholes and holidays with a tinker and rasor or other low voltage (under 100 volts) holiday detector. Areas found to contain pinholes shall be repaired or recoated in accordance with the manufacturer's recommendations. Provide 72-hour notice to owner prior to performing test. so 5/7/21X13 3:54 I'M 9-4 J:\data\RI?N\101-(W6\Specs\Tcchnicals.doc am Cc 2(X)3 RI I2 1`nginccnng,Inc. IN City ofRenton Summer 2003 or East Valley Lift Station Replacement Division 9-Finishes ar A technical representative from the painting manufacturer shall review the completed finish work on site. Any defects found by the paint manufacturer's technical representative or the owner's representative shall be repaired to their satisfaction at contractor's expense. 9.9 Compatibility of Coating The Contractor shall be responsible for compatibility of all paint products. 9.10 Acceptance Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that does not contain runs, wr drips, surface irregularities, overspray, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall appearance of the finished project. r wr urr WO W No 10 wr wry J:\data\RI 101-040\Specs\Teehnieakdoc 9-5 5/7/2003 3:541 M Cr 2W3 RI 12 Emgmeenng„Inc. OW +r Division 10 Specialties 10.1 General This division covers that work necessary for fabricating and installing all furnishings and accessories as described in these specifications and as shown on the Plans. 10.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Fire Extinguishers 2. First Aid Kit 3. Fiberglass Reinforced Plastic Structural Shapes 4. Fiberglass Reinforced Plastic Grating 5. Water Hose +rr 6. Removable Ladder of 10.3 Fire Extinguisher Provide portable, wall-mounted, 10-pound, dry-chemical fire extinguisher for each location as shown on the Plans. Install extinguisher no higher than 5-feet above floor and r in accordance with applicable codes. Extinguisher shall be listed and approved by Underwriters Laboratories. The fire extinguisher shall contain a dry chemical agent which is effective in extinguishing Class A, B, and C fires (tri-class), and shall be rated 2A10BC r or equal. 10.4 First Aid Kit Provide first aid kits at the locations shown on the Plans with the following items minimum: 2 packages adhesive bandages, 1 inch (16 per package) 1 package scissors and tweezers (1 per package 1 package bandage compress, 4 inch (1 per package) 1 package antiseptic soap or pads (5 per package) 1 package triangular bandage, 1 inch (1 per package) 1 package iodine swabs (10 per package) ow 1 package ammonia inhalants (10 per package) 1 package bandage compress,2 inch (4 per package) Contain kit in a dust-proof, weatherproof, moisture-proof, 20-gauge steel cabinet with aw gasketed lid. Steel finish shall be baked enamel. Provide cabinet with wall mounting brackets. Cabinet cover shall fold down to provide a shelf, and shall be attached to cabinet by a continuous piano-type hinge. Border shall be red with white body, red aw lettering, cross and arrow. The kit shall have reorder information clearly marked on it. "W ):\data\RlN\101-(W)\,Specs\Tcchmcals.doc 10-1 5/7/2(X)3 3:54 I'M G 2(X1.3 RI 12 hnpncenng,Inc. �Ylr Summer 2003 City of Renton Division 10-Specialties East Valley Lift Station Replacement 10.5 Fiberglass Reinforced Plastic (FRP) Structural Shapes „ Fiberglass reinforced plastic (FRP) structural shapes shall be produced using the pultrusion process. Mechanical and physical properties (from ASTM coupon specimens) of must be submitted to the Engineer for approval. All finished surfaces of FRP items and fabrications shall be resin-rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. Pultruded structural shapes are to have the minimum longitudinal mechanical properties listed below: W Property ASTM Method Value Units Tensile Strength D-638 30,000 (206) psi (MPa) go Tensile Modulus D-638 2.5 x 106 (17.2) psi (GPa) Flexural Strength D-790 30,000 (206) psi (MPa) to Flexural Modulus D-790 1.8 x 106 (12.4) psi (GPa) Flexural Modulus N/A 2.8 x 106 (19.3) psi (GPa) ar (Full Section) Short Beam Shear D-2344 4,500 (31) psi (MPa) (Transverse) Shear Modulus N/A 4.5 x 105 (3.1) psi (GPa) (Transverse) Coefficient of D-696 8.0 x 10-' (1.4 x 10 6) Thermal Expansion in/in/°F (cm/cm/°C) Flame Spread E-84 25 or less N/A Seal cut edges and holes according to manufacturer's instructions with a polyester resin compatible with resin matrix of structural shape and corrosion resistance equal or superior to the grating. 10.6 Fiberglass Reinforced Plastic (FRP) Grating All FRP grating with a clear span of 48 inches or less shall be a fiberglass reinforced ► composite molded with smooth mold surfaces. All bearing bars and cross-bars of the grating shall be molded at the same time into a one-piece construction. All FRP grating with a clear span of greater than 48 inches shall be manufactured from thermally cured pultruded structural load and tie bar components. The load bar shall be formed using continuous strand roving and an outside covered with a continuous strand mat and a Lam' resistant synthetic surfacing veil. Mechanical and bonded intersection shall be provided between the load and tie bar components. Every end of every load bar must be structurally supported. The supplier shall be required to supply a copy of the ICBO report or test report from an 5/7/2(X)3 3:54 PNI 10-2 J:\data\REN\101-U46\5pccs\Tcchnicals.doc as C 2(X)3 RI I21.ngincenng,Inc. City of Renton Summer 2003 AW East Valley Lift Station Replacement Division 11 -Equipment WW independent testing laboratory showing ASTM-E84 flame spread and structural properties,including deflection. Test results must be less than two years old. ASTM-E84 flame spread must be less than 30. Deflection must be less than span length/100 or Y4 inches maximum. All finished surfaces of FRP items and fabrications shall be resin-rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well + ► covered with resin to protect against their exposure due to wear or weathering. All grating products shall have a tested flame spread rating of 25 or less per ASTM E-84 Tunnel Test. Gratings shall also have tested bum time of less than 30 seconds and an extent of burn rate of less than or equal to 10 millimeters per ASTM D635. Grating bars shall have a skid-resistant walking surface. Grating shall be fabricated or ordered in such a manner that minimal field cutting or drilling is required. All cut or damaged edges shall be sealed with a resin sealant of equal or superior corrosion resistance to the grating. 4W Panels shall be fabricated and installed in strict accordance with the manufacturer's recommendations. Ir Except as otherwise noted on the plans,grating must be structurally capable of supporting a working load of either 100 psf or a point load of 500 pounds at any point on the grating, whichever is more critical. w Attachment between grating and supporting members below grating shall be made with a minimum of four stainless steel clips per panel. All mechanical grating clips shall be manufactured of Type 316SS (stainless steel). All supporting members shall be Fiberglass No Reinforced Plastic structural shapes. 10.7 Fiberglass Reinforced Plastic (FRP) Handrails low The FRP handrail system shall meet the loading and safety requirements as specified in OSHA specification 1910.23(E). FRP handrail system shall be made from FRP structural shapes as specified. FRP handrail system shall be supplied complete with posts, rails, toeplate, connecting plugs, end caps and bolts, nuts and washers. Posts and rails shall be made from 2"x .156" 4W square fiberglass pultruded tube. Toeplate shall 4" x 1/2" (corrugated) x .125" thick pultruded fiberglass. Color shall be "safety yellow". Posts and rails shall be connected together by epoxy bonding internal molded connecting plugs and fiberglass rods. to 10.8 Water Hose, Nozzle, and Rack Provide a 50 foot length of 3/4-inch water hose with a 3/4-inch coupling for each No location as shown on the Plans. Provide one adjustable pattern brass nozzle with 3/4-inch threads for each water hose .r provided. Provide one stainless steel hose rack for each water hose provided. Mount securely to wall in locations shown on the Plans. wr Hose and nozzle shall be delivered at start-up of station and not before. J:\data\RHN\101.(140\Specs\Tcchnicals.doc 10-3 5/7/2(N)3 3:54 I'M C 2(N)3 R112 Enginecring,Inc. w AW Division 11 Equipment No 11.1 General .r This division covers that work necessary for providing and installing all equipment as described in these specifications and as shown on the plans. 11.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Submersible Pump and Motor 2. Heater 3. Sump Pump 4. Dehumidifier 5. Ventilation system 11.3 Sanitary Submersible Sewage Pump and Motor A. General This section covers work necessary to provide the submersible non-clog pumps and motors with rail system, complete. The pumps shall be capable of passing a 3" spherical solid without degradation to the .r pump or motor. Each pump unit provided this project shall be manufactured by Flygt Pump Company. No substitutions will be accepted. See lower sections for specific pump model numbers 40 and operational requirements. B. Operational Requirements W Pump No. 1-3 Design Head (IDH) 30.5 +� Design Flow (gpm) 362 NPSHA (feet) 33 +r. Minimum Shutoff Head (feet) 50 Fluid Pumped Wastewater @ 40 degrees F OW Minimum Pump Efficiency at design point (%) 72% Flygt pumps only. No substitutions NP-3102-463 MT w 4W rrl J:\data\RBN\101-04G\Specs\Technicals.doc 11-1 5/7/21N13 3:54 PhI C 21103 RI 12 Iingincenng,Inc. Summer 2003 City of Renton Division 11 -Equipment East Valley Lift Station Replacement C. Warranty All equipment provided under this contract shall be warranted against defects in materials and workmanship for a minimum period of two years after date of original operation. "Original operation" shall be defined as the date that the manufacturer's representative approves field testing of each unit, and City accepts unit and its installation. Following pump and motor installation, supplier shall furnish services of a qualified manufacturer's representative to inspect pump units and inform City, prior to field testing, of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any), manufacturer's warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer's warranty. D. Testing and Startup Contractor shall be responsible for calibration, startup, and initial performance to meet specifications herein. Supplier shall provide a trained, qualified manufacturers representative to check installation and connection, perform field tests as indicated, and 40 certify to City that its performance does meet all specifications. Prior to acceptance of installed pumps, manufacturer's representative shall demonstrate proper operation of pumps at capacities stated, at which time data shall be taken on total dynamic head, efficiencies and flow of the pumps; and certification shall be provided that pumps meet all requirements set forth in these specifications and submittal literature. Repair and retest units failing field tests. If unit fails second test, unit will be rejected and supplier shall furnish a unit that will perform as specified. E. Pump Design The pump(s) shall be automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the ,wr discharge connection. There shall be no need for personnel to enter the wet well. A machined metal to metal watertight contact shall accomplish sealing of the pumping unit to the discharge connection. Each pump shall be fitted with sufficient length of stainless �Iril steel cable to reach from bottom to top of wet well plus five feet of slack. The working load of the lifting system shall be 50%greater than the pump unit weight. F. Pump Construction Major pump components shall be of gray cast iron, ASTM A-48, Class 35B, with smooth surfaces devoid of blow-holes or other irregularities. All exposed nuts or bolts shall be ( r AISI type 304 stainless steel construction. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a factor- applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. 5/7/21N13 3:54 PNl 11-2 J:\data\IU�N\101-1146\Specs\Tcchnicals.doc C 2(N)3 8112 Engincenng,Inc. City of Renton Summer 2003 East Valley Lift Station Replacement Division 11 -Equipment Sealing design shall incorporate metal-to-metal contact between machined surfaces. Critical mating surfaces where watertight sealing is required shall be machined and fitted rr with Nitrile or Viton rubber 0-fin-as. Fittings will be the result of controlled compression of O-rings in two planes and O-ring contact of four sides without the requirement of a specific torque limit. to G. Pump Impeller The impeller(s) shall be of gray cast iron, Class 35B, dynamically balanced, double shrouded non-clogging design having a long throughlet without acute turns. The impeller(s) shall be capable of handling solids, fibrous materials, heavy sludge and other matter found in wastewater. Whenever possible, a full vaned, not vortex, impeller shall be used for maximum hydraulic efficiency; thus, reducing operating costs. Impeller(s) shall be, retained with an Allen head bolt and shall be capable of passing a minimum 3 inch spherical solid. All impellers shall be coated with acrylic dispersion zinc phosphate primer. H. Mechanical Seal Each pump shall be provided with a tandem mechanical shaft seal system consisting of •'" two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydro-dynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary tungsten carbide and one positively driven rotating ceramic ring. The upper, secondary seal unit, located between the lubricant chamber and the motor housing, shall contain one stationary carbon seal ring and one positively driven rotating ceramic seal ring. '"r Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment nor depend on direction of rotation for sealing. The position of both mechanical seals shall depend on the shaft. Mounting of the lower mechanical seal on the impeller hub will not be acceptable. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The r lubricant chamber shall be designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plugs, with positive anti-leak seals, shall be easily accessible from the outside. The seal system shall not rely upon the pumped media .r for lubrication. The motor shall be able to operate dry without damage while pumping under load. Seal lubricant shall be FDA Approved,non-toxic. AW I. Wear Rings A wear ring system shall be used to provide efficient sealing between the volute and .. suction inlet of the impellers. The wear ring shall be stationary and made of brass,which is drive fitted to the volute inlet. •• J. Volute Pump volute(s) shall be single-piece gray cast iron, Class 35, non-concentric design and smooth passages large enough to pass any solids that may enter the impeller. Minimum go inlet and discharge size shall be as specified. rw J:\data\RUN\101-046\Specs\Tcchnicals.doc 11-3 5/7/2(9)3 3:54 I'M C 2(X)3 RI 12 Isngincmng,Inc. aw Summer 2003 City of Renton Division 11 -Equipment East Valley Lift Station Replacement K. Pump Shaft .rl Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. Couplings shall not be acceptable. The pump shaft shall be AISI type 420 stainless steel. L. Bearings The pump shaft shall rotate on two bearings. Motor bearings shall be permanently grease lubricated. The upper bearing shall be a single deep groove ball bearing. The lower bearing shall be a two row angular contact bearing to compensate for axial thrust and radial forces. Bearings shall be designed for a minimum life of 100,000 hours. M. Electrical Pump Cord Each pump shall be provided with submersible cable (SUBCAB) suitable for submersible pump applications. The power cable shall be of sufficient length to reach from the bottom of the wet well to the splice box shown on the Plans plus five feet of slack. The power cable shall be sized according to NEC and OCEA standards and also meet with PMSHA approval. N. Electric Motors The pump motor shall be UL approved as explosion-proof for continuous operation in a Class 1,Division 1, Group D hazardous location when not submerged. The pump motor shall be induction type with a squirrel cage rotor, shell type design, housed in an air filled,watertight chamber, NEMA B type. The stator windings and stator leads shall be insulated with moisture resistant Class F insulation rated for 155°C (311°F) and capable of up to 15 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of cast aluminum. Thermal switches set to open at 125°C (257°F) shall be embedded in the stator lead coils to monitor the temperature of each phase winding. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the control panel. The motor and pump shall be designed and assembled by the same manufacturer. The combined service factor (combined effect of voltage, frequency and specific gravity) shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus .rl 10%. The motor shall be designed for operation up to 40°C (104°F) ambient and with a temperature rise not to exceed 80°C (176°F). A performance chart shall be provided showing curves for torque, current, power factor, input/output kW and efficiency. This chart shall also include data on starting and no-load characteristics. The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of any splices. The outer jacket of the cable shall be oil resistant chloroprene rubber. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet. The motor horsepower shall be adequate so that the pump is non-overloading throughout the entire pump performance curve from shut-off through run-out. 5/7/2(M)3 3:54 I'M 11-4 J:\data\RI',N\101-1146\SpccsVFcchnicals.doc C 2(N)3 RI 12 1;nginccring,Inc. City of Renton Summer 2003 East Valley Lift Station Replacement Division 11 -Equipment O. Motor Sensors The motor stator temperature shall be continuously monitored by three (3) low resistant, bi-metallic, (N.C.) normally closed thermal switches embedded in the stator windings. These thermal sensor switches shall be used as additional supplemental motor protection and shall be wired in series with external third leg overload protection provided by the motor stator in the control panel. The motor shall also be provided with a tandem probe sensing system. The two moisture sensing probes shall be mounted in the oil filled seal chamber and will detect the presence of conductive liquid which passes the primary lower seal. tier Upon detection, the sensors shall actuate a panel mounted relay which will provide the operator with a visual indication of impending seal failure. tier Seal lubricant shall be FDA Approved, non-toxic. P. Mix-Flush System tir► Provide one of the specified pumps in the primary pumping chamber with a Flygt 4901 Flush Valve for flushing the wet well during initial operation of the pump. The flush valve shall depend only on the pump flow and pressure to operate and no electrical tirr components shall be allowed. Install per manufacturer's recommendation. Q. Fiberglass Pump Basin +r1r A fiberglass pump basin equal to Flygt TOP Fiberglass Basin 100 (Duplex Station) shall be used as shown on the Plans. Install per manufacturer's recommendation. R. Installation Installation of the pump units shall be in accordance with the manufacturer's specifications and direction. The installation shall be supervised and approved by the as manufacturer's representative prior to operating or field testing the units. Upon completion of the pump installation, the manufacturer shall provide written certification that the equipment is fully warranted as installed. aw S. Pump Removal Rail System The pump removal rail system shall provide smooth, easy, removal and installation of the aw specified pumps from the lift station. The system shall include for each pump unit a hydraulic sealing flange, discharge base elbow, guide rails, carrier guide bracket, ITT Flygt Grip-Eye System, nylon line, and lifting chain. The guide rails, carrier guide bracket, and lifting cable shall be constructed of stainless steel materials. 11.4 Sump Pump Provide a sump pump with bronze body, removable inlet screen between motor and pump bodies with a six-vane impeller to pass solids which pass the inlet screen, and an oil- filled motor in sealed waterproof housing with overload protection. Mechanical seal: 4W ceramic seat and carbon rotating element operating in oil. Motor shaft: stainless steel. Sump pumps located in the valve vaults shall be controlled by a float switch with a piggy back plug for manual override. Sump pump: equal to PIP 701A, Paco pump. of Two sump pumps required as shown on Plans. +rr IAdata\RIiN\101-1146\Spccs\Tcchnicals.doc 11-5 5/7/2(X)3 3:54 PM C 2(X)3 8112 1-:nginecnng,Inc. ow Division 12 Furnishings Not Used this Contract ,w No an aw to 1w 40 No J:\data\RRN\101-040\Spccs\7'echnieals.doc 12-1 5/7/21X13 3:54 MM C 21X13 RI 12 Engineering,Inc. 11111► go Division 13 Special Construction to Not Used this Contract iw 40 J:\data\REN\101-(WG\Spccs\Tcchnicals.doc 193-1 5/7/21X13 3:54 PNI Cc'.2(X)3 RI 12 linginccring,Inc. low we Division 14 Conveying Systems go Not Used this Contract .w *0 w fm o up a* to J.\data\RF.N\101-1146\Specs\'I'cchnicals.doc 14-1 5/7/2(1()3 3:54 PM Gc 2(X)3 RI 12 Enginccnng,Inc. Ow no Division 15 Mechanical go 15.1 General This division covers that work necessary for furnishing and installing mechanical appurtenances and accessories as described in these specifications and as shown on the Plans. 15.2 Submittals w Submittal information shall be provided to the Owner for the following items: 1. Ductile Iron Pipe r 2. Ductile Iron Fittings 3. Restraint Joint Fittings .1 4. PVC Pipe and Fittings 5. Isolation Valves 6. Hose Bibs 7. Flow meters �r 8. Pressure Gauges 9. Other Mechanical Components 15.3 Pipe and Pipe Fittings A. General Provide piping, plumbing, fittings and appurtenances necessary to make all piping systems complete, tested, and ready for operation as specified herein and as shown on the Plans. go Some fittings that are necessary for proper piping system installation and operation may not have been shown. Provide fittings, pipe and appurtenances necessary,whether shown or not shown on the Plans, to complete all piping systems, tested and ready for operation. 06 Note that some pipe supports, thrust blocking, and tie rods are not shown on the Plans. Provide pipe supports, thrust blocking, and tie rods for pipes as required by accepted design criteria to support and restrain the loads encountered. to B. Pressure Rating Fittings, valves, and pipe shall have pressure ratings equal to or greater than the pressures .r identified below: „� Pipe Function Working Testing Surge Pressure Pressure (PSI) Pressure (PSI) Rating(PSI) Pump Discharge 75 150 1511 aw The pipe thickness shall not be less than that of Class 52 pipe for ductile iron pipe. rUi ):\data\REN\101-(146\Specs\1'echnicals.doc 15-1 5/7/2(X)3 3:541'M C 2(X)3 RI 12 Engineering,Inc. Summer 2003 City of Renton Division 15—Mechanical East Valley Lift Station Replacement C. Ductile Iron Pipe Ductile iron pipe shall have thickness to meet the requirements of the pressure rating of specification, shall be cement-lined and asphaltic coated unless otherwise specified, and shall conform to standards of ANSI Standard A21.51 (AWWA C151). Rubber gasket pipe joints are to be push-on-joint (Tyton) or mechanical joint NJ) in accordance with ANSI Standard A21.11 (AWWA C-111), unless otherwise specified. Flanged joints shall conform to ANSI Standard B16.1. Standard thickness cement lining and seal coat shall be provided in accordance with ANSI Standard A21.4 (AWWA C104). Restrained joint pipe shall be ductile iron manufactured in accordance with requirements of ANSI/AWWA C151/A21.51. Restrained joint pipe shall be US Pipe TR-Flex or equal. Push-on joints for such pipe shall be in accordance with ANSI/AWWA C111/A21.11. Pipe thickness shall be designed in accordance with ANSI/AWWA C150/A21.50 and shall be based on laying conditions and internal pressures as specified in the pressure section of these specifications. Standard thickness cement lining shall be in accordance as with ANSI/AWWA C104/A21.4. When requested, furnish certification from manufacturer of pipe and gasket being supplied that inspection and all of the specified tests have been made and the results comply with requirements of this standard. D. Ductile Iron Fittings All fittings shall be ductile iron where possible. Steel fittings will not be accepted. Ductile iron fittings shall be short body, ceramic epoxy lined, and for the pressure rating noted in the pressure rating section of these specifications. Metal thickness and manufacturing processes shall conform to applicable portions of ANSI Standards A21.20, A21.11, B16.2, - and B16.4. Mechanical joint (MJ), ductile iron, compact fittings 3 inches through 24 inches and 54 inches through 64 inches shall be in accordance with AWWA C153. Flanged pipe spools shall conform to ANSI/AWWA C115/A21.15 with the exception that flanges shall be fabricated from ductile iron, unless otherwise specified in the contract documents. Flanged pipe shall be ceramic epoxy lined in accordance with ANSI Standard A21.4 (AWWA C104). Ductile iron flange (FL) fittings shall be in accordance with AWWA C110, fabricated from as ductile iron unless otherwise specified in the contract documents, with bolt pattern to match adjacent pipe. Gasket material for flanges shall be Buna-N rubber. Gaskets shall be of full face. Type of ends shall be specified as mechanical joint NJ), restrained joint (RJ), plain end (PE), or flanged (FL). wr E. PVC Pipe and Fittings Polyvinyl chloride (PVC) material for pipe fittings and couplings shall conform to ASTM D-1784, Type 1, Grade 1, with 2,000 psi design stress. Pipe shall be Schedule 40 or 80 in accordance with ASTM D-1785, as shown on the Plans. 5/7/21N13 3S4 P>`t 15-2 J:\data\1tliN\111]-1146\Specs\7'cchnicals.doc C 2003 8112 I-pnemng.Inc. City of Renton Spring 2003 40 East Valley Lift Station Replacement Division 15-Mechanical aw F. Underdrain Pipe Underdrain pipe shall be perforated and may be corrugated aluminum alloy, or PVC plastic, at option of Contractor. Perforated underdrain pipe shall meet the following requirements: • Corrugated aluminum alloy -AASHO designation M-197; • PVC plastic -ASTM D-1785, Schedule 80; • Corrugated high-density polyethylene -AASHTO designation M-252. Lay perforated pipe with perforations down, with bedding and backfill as indicated on the Plans. Use care in placing gravel backfill material to prevent its contamination. Compact backfill as identified on the plans. G. Flange and Pipe Supports Flange supports shall be equal to Standon Adjustable Model S89 Flange Support. Pipe supports shall be equal to Standon Adjustable Model S92 Pipe Support. Both flange and pipe supports shall be equal to those manufactured by Material Resources, Hillsboro, Oregon. Adjust support, secure to pipe and secure to floor as recommended by the manufacturer. Provide at locations shown on the mechanical plan(s). Finish all pipe supports same as piping material. Bolt each support to concrete floor with a minimum of two anchor bolts. 15.4 Pipe and Fittings Installation Use materials and installation methods in accordance with Uniform Plumbing Code, latest edition, and local codes and regulations which are applicable. Install ductile iron water mains in accordance with AWWA C600-93 Install pipes in accordance with manufacturer's recommendations. Use types and sizes of pipes as specified herein and/or as shown on the Plans. Where sizes of small pipe are omitted from the Plans and not mentioned in the specifications, use sizes corresponding to code requirements, and as required by equipment and plumbing fixtures and wr appurtenances. In any event, properly size any undesignated pipe sizes for functions to be performed. Carefully lay pipe and supported at proper lines and grades. Follow piping runs shown on irr the Plans as closely as possible, except for minor adjustment to avoid architectural and structural features. Make major relocations, if required, in a manner acceptable to Engineer. �. Keep openings in pipes closed during progress of work. Form thrust blocking so that bolts, joints, gaskets, and flanges of adjacent joints are clear +err of concrete and so that bolts and joints can be dismantled without removing concrete. All concrete blocking shall have a minimum compressive strength of as identified in Division 3 "Concrete", Section 3.5. Pipe passing through concrete walls or slabs shall be made watertight. J:\data\REN\101-(W)\Spccs\Tcchnica1s.doc 15-3 5/7/2(X)3 3:54 Phi ©2(X)3 RI I2 Enginccring,Inc. rrr Summer 2003 City of Renton Division 15—Mechanical East Valley Lift Station Replacement 15.5 Valves and Appurtenances A. General Valves noted on the Plans or in other parts of the specifications shall meet the requirements herein. Valves shall be designed for the intended service. Install valves in strict accordance with manufacturer's instructions and as shown on the Plans. Buried valves shall have all operators or valves boxes installed so that wrenches or operators perform freely and without binding or other interference. Bed and backfill buried valves according to the requirements of the pipe to which they are attached. If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95 to 99-percent of the operator shaft failure torque. Provide concrete supports for operators where required, as shown on the Plans. to Valve suppliers shall review the design and certify that the valve provided in the submittal will operate as intended by the engineer. Any discrepancies from the design and the valves shall be brought to the engineer's attention during the submittal process. Valves that do not operate as intended shall be replaced or modified so that they operate within the design parameters at the contractor's expense. B. Eccentric Valves Plug valves shall be eccentric plug valves unless otherwise specified. Valves shall be of the non-lubricated eccentric type with resilient faced plugs and shall be furnished with end connections as shown on the Plans. Valve bodies shall be ASTM A126 Class B cast iron. The valve seat shall meet one of the following two requirements: 1) seat shall have a 1/8-inch welded overlay of not less than 90 percent pure nickel,with a raised seat area, so that the plug face contacts only nickel;2) seat shall be factory--coated with heat-fused thermoset epoxy or thermoplastic nylon in accordance with AWWA C550. The valve plug shall be ASTM A536 ductile iron, faced with Neoprene with a cylindrical seating surface eccentrically offset from center of the plug shaft. Interference between the plug face and the body seat shall be externally adjustable in the field with the valve under pressure, and the plug in the closed position. Valves shall have sleeve type metal bearings and shall be of sintered, oil impregnated, permanently lubricated type 316 ASTM A743 Grade CF-8M. Valve shaft seals shall be of the single or multiple V-ring type, externally adjustable and re- packable under pressure without removing bonnet or actuator. Valves utilizing O-ring seals or non-adjustable packing shall not be acceptable. Valve pressure ratings shall be the same as adjacent fittings. Each valve shall be given a hydrostatic and seat test. Valves 2 %z'- 8" shall be wrench operated with a 2" square nut for use with removable levers or extended "T" handles. Provide lever at for each valve. Wrench operated valves shall be capable of being converted to worm gear or automatic operation without removing the bonnet or plug from the valve. Valves 12" and larger shall be worm gear 5/7/21X13 3:54 PM 15-4 J:\data\FJ`N\I M 4W,\Specs\Techmcals.doc C:21101 RI L.1-Fmc—g.Inc. City of Renton Spring 2003 East Valley Lift Station Replacement Division 15-Mechanical operated. Worm gear operators shall be heavy duty construction with the ductile iron quadrant supported on the top and bottom by oil impregnated bronze bearings. The worm gear and shaft shall be manufactured of hardened steel and run on high efficiency roller bearings. Actuator shall indicate valve position. An adjustable stop shall be provided to set closing torque and to provide seat adjustment. Provide gear operated valves with hand wheel on each valve. Valve surfaces shall be coated internally and externally with a heat-fused thermoset epoxy or thermoplastic nylon. Exposed nuts, bolts, springs, and washers for buried service valves shall be stainless steel. Valves shall be equal to: M&H/Kennedy Valve Company Eccentric Plug valves, Pratt eccentric valves, or Dezurik eccentric valves. ■w Buried valves shall have an AWWA 2-inch wrench nut with a minimum of 12 turns to close valves. go C. Swing Check Valves The swing check valve shall function to permit flow only in one direction. The valve shall close tightly, without slamming, when the pressure on the discharge side exceeds the (W pressure on the inlet side. All swing check valves shall conform with AWWA C508-82 and the following specifications. The swing check valve body shall be constructed with heavy cast iron or cast steel and have a bronze or stainless steel seat ring, a non-corrosive shaft and counterweight attachment, and complete non-corrosive shockless cushion chamber. The valve shall be constructed to withstand a minimum operating pressure of 150 psi. Flanges shall be drilled to ANSI B16.1, Class 125#, or as specified in the design plans. The inside and outside of valve body, bonnet and seal plate shall be coated with fusion bonded epoxy meeting AWWA C-550 latest revision. The valve disc shall be constructed of cast iron or cast steel and shall be suspended from a non-corrosive shaft. The valve shall allow the equivalent flow area of the adjoining pipe. The shaft shall pass through a stiffing box and be connected to the cushion chamber in the outside of the valve. to The valve shall be approved equal to M&H Model 159 Swing Check Valve. D. Resilient Wedge Gate Valves Gate valves shall be of the resilient seated wedge type, fusion bonded epoxy coated to AWWA C-550, cast iron or ductile body design. They shall comply with the AWWA Gate Valve Standard C-509 as last revised. Gate valve shall be of the non-rising stem type (NRS). All valves shall be rated for zero leakage at working pressure rating to meet the requirements of Section 15.2A. All valves shall be tested in conformance with AWWA C- 509. All bodies, bonnets, and seal plates shall be ductile or cast iron. Gates shall be completely encapsulated with elastomer including stem bore, be field replaceable, and provide a dual IM J:\data\RP.N\]0]-(W6\Specs\Tcehnieals.doc 15-5 7/7/2(X)3 3:54 PNI CC 2(X)3 RI L I;nginccnng,Inc. Summer 2003 City of Renton Division 15—Mechanical East Valley Lift Station Replacement seal on the mating body seat. Valve shall be capable of installation in any position with rated sealing in both directions. The inside and outside of valve body, bonnet and seal plate shall be coated with fusion bonded epoxy meeting AWWA C-550 latest revision. Install valves and fittings in accordance with manufacturer's recommendation and the Plans. Verify alignment and adjustment after installation. Provide gate valve with a hand wheel actuator. 15.6 Valves and Appurtenances Valves noted on the Plans or in other parts of the specifications shall meet the requirements herein. Valves shall be designed for the intended service. Install valves in strict accordance with manufacturers instructions and as shown on the Plans. Buried valves shall have all operators or valves boxes installed so that wrenches or operators perform freely and without binding or other interference. Bed and backfill buried valves according to the requirements of the pipe to which they are attached. Provide concrete supports for operators where required, as shown on the Plans. 15.7 Miscellaneous Plumbing Fittings A. Reduced Pressure Backflow Preventer ,rr The reduced pressure backflow preventer shall be a complete assembly consisting of two independently operating, spring loaded, "Y" pattern check valves and one hydraulically dependent differential relief valve. The assembly shall automatically reduce the pressure in the "zone"between the check valves to at least 5 PSI lower than the inlet pressure. Should the differential between the upstream and the zone of the unit drop to 2 PSI, a differential relief valve shall open and maintain the proper differential. (rr Mainline valve body and caps including relief valve body and cover shall be bronze. Check valve moving members shall be center stem guided. All hydraulic sensing passages shall be internally located within the mainline and relief valve bodies and relief valve cover. Diaphragm to seat area ratio shall be at least 10:1. Relief valve shall have a removable seat ring. Check valve and relief valve components shall be constructed so they may be serviced without removing the valve body from the line. All seat discs shall be reversible. Shut-off valves and test cocks shall be full ported ball valves. The assembly shall include flanged unions located between the mainline valve body and the ball valve shut-offs to allow for field removal for freeze protection or maintenance without danger of spool replacement. The assembly shall be rated to 175 PSI water working pressure and water temperature range from 32 degrees Fahrenheit to 140 degrees Fahrenheit. The assembly shall meet the requirements of the USC Foundation of Cross Connection Control and Hydraulic .r Research, Eighth Edition. The assembly shall be a Febco Model 880 or approved equal. 5/7/2(X)3 3:54 Pn1 15-6 T\data\1t1'.N\UI1-1146\tipccs\'i'cchnicals.doc C 21X8 RI 12 1mpnccmg.Inc.. City of Renton Spring 2003 srr East Valley Lift Station Replacement Division 15-Mechanical 15.8 Flow Meters A. Electromagnetic Flowmeters Provide an electromagnetic flowmetering system suitable for measuring and transmitting flowrate in a full-flowing pipe. The flowmeter system shall be microprocessor based, utilizing a DC bipolar pulsed coil that automatically rezeroes after each pulse cycle. System accuracy shall be± 1% of actual flowrate over a fluid velocity range of 1 to 33 feet per second, and within 0.01 fps for velocities less than 1 fps. Repeatability shall be better than 0.1% of full scale. System accuracy shall be traceable to NIST using prototype meters of the same configuration. The system shall operate within the accuracy required over a temperature range of-20 to 120 degrees F. The meter tube and coil shall be mounted on the pipe between ANSI B16 pipe flanges and shall be rated for 150 psi working pressure, or as specified in the design plans, and 200 psi test pressure. The meter tube shall be 304 stainless steel. The meter shall be NEMA 6 rated, capable of complete submergence without damage, and rated for unclassified service. The meter shall include a 316 stainless steel grounding ring for installation at the inlet flange. The meter shall have a EPDM liner and all wetted parts shall be 316 stainless steel. The meter shall be suitable for either horizontal or vertical mounting. The meter electronics and transmitter shall be remotely mounted from the meter and shall operate from 120 VAC power. The electronics shall be NEMA 6 rated, unclassified, with an unspliced cable run from the transmitter to the meter tube. The transmitter shall display flowrate in gallons per minute, totalized gallons, and an empty pipe indicator. Output shall be 4-20mA into 800 Ohms with an isolated ground and non-interacting zero and span adjustments. The output relay shall be programmed to pulse every 1000 gallons of total flow. The display and output shall be user scaleable for GPM, CFS, or MGD, and shall be password protected. All software shall be battery powered with a battery that has a ten-year service life. The meter, electronics, and transmitter shall be RFI shielded to prevent interference from adjacent high noise electrical equipment such as variable frequency drives, electromagnetic starters, transformers, or transfer switches. The flowmeter shall be Danfoss, Model MAG 3100/3000, or equal. nr 15.9 Sewer Main Inspection and Testing Inspection A. General Furnish all required personnel and equipment and make all test required to demonstrate the integrity of finished installation to approval of City and all agencies having jurisdiction. B. Force Main Inspection and Testing within Vault and Wet Well Test all proposed force main and vault piping to the test pressure shown elsewhere in these specifications. Testing shall be completed prior to connection force main piping. After testing of the proposed is complete and approve, the proposed force main shall be connected to the existing and a second test applied. The test pressure shall be applied to the entire force main and the new connection between existing and proposed shall be J:\data\RI"N\101-046\Spccs\'I'cchnicals.doc 15-7 5/7/21X13 3:54 PM C 2(X)3 RI I2 I'mginccring,Inc. err Summer 2003 City of Renton ai Division 15—Mechanical East Valley Lift Station Replacement Ui inspected for leaks. Provide necessary utilities, labor, and facilities for testing and shall dispose of waste, mi including water. Pressure-test piping, including valves, fittings, etc. prior to backfill or connection to equipment such as pumps. Test pipe and fittings buried under concrete slab prior to concrete placement. Prior to acceptance of work, pressure pipelines shall be subjected to a hydrostatic pressure test as shown elsewhere in these specifications for two hours. Remedy any leaks or imperfections developed under said pressure before final acceptance of work. No air will be allowed in lines. Test piping between valves insofar as possible. Do not place hydrostatic pressure against opposite side of valve being tested. Maintain test pressure while entire installation is being inspected. Provide all necessary equipment and perform all work. Insofar as is practical, have pipe joints, fittings, and valves exposed for inspection. For approval, do not allow pressures to drop more than 5 psi during the test period. City shall witness test; if test does not pass inspection for any reason, additional trips required to witness another test shall be done at Contractor's expense. C. Valves Test all valve bonnets for tightness. Test operate all valves at least once from closed-to- open-to-closed positions while valve is under pressure. D. Sewer Main Cleaning and Testing Tests on the completed installation shall be made as specified below. Cleaning and Flushing at All gravity sewer pipe shall be cleaned and flushed after backfilling and compaction. The pipe shall be cleaned and flushed by passing an inflatable rubber ball through the Sri completed section or using a flush truck. Any obstruction such as cemented grout or debris found in the completed section shall be removed. Alignment and Grade Alignment and grade will be inspected by lamping each completed section. Any section which appears to exceed the allowance for variance in line or grade shall be further inspected by an approved video monitoring system (IV inspection). If this inspection conforms that the section does not meet the specified requirements for the line and grade, the sections or portion not in compliance shall be re-excavated and re-laid. Deflection Test of PVC Pipe All PVC gravity sewer pipe shall be tested for deflection at least 30 days after completion of trench backfill and compaction in accordance with the requirements of section 7- 17.3(4)H of the Standard Specifications. Leakage Tests All gravity sewers, including all connected side sewers, shall be tested for water tightness in accordance with the provisions of section 7-17.3(4)B of the Standard Specifications. No other test procedures will be allowed except by written approval of the Engineer. � 5/7/2(N)3 3:54 P1.1 15-8 1:\data\FYN\101446\Spccs\Tcchnica1s.doc C 2003 RIM I.npnccmg.Inc. City ofRenton Spring 2003 ,■, East Valley Lift Station Replacement Division 15-Mechanical Whenever groundwater is encountered in the sewer construction, an approved water level monitoring device shall be installed at each manhole. The device shall be used in the conduct of the sewer testing to determine the water pressure above the sewer being tested. .rs Infiltration Tests When the natural ground water table is above the crown of the higher end of the test section, the maximum allowable limit for infiltration shall be four tenths (0.4) gallons per hour per inch of internal diameter per 100 feet of length, with no allowance for external hydrostatic head. 15.10 Miscellaneous Mechanical A. Pressure Gauges Shall be oil filled with 0 — 60 psi range and have phenolic case. The gauge shall have 316 SS Bourdon tube, tip and socket with 1/4-inch NPT bottom connection. All pressure gauges shall be supplied with diaphragm seals. Diaphragm seals shall have �r 316 SS construction with bleed screw, flushing connection and seal-off orifice. Pressure gauge shall be March Process Style No. P5648 as supplied by Branom Instruments, Seattle,Washington, or equal. Diaphragm seals shall be Coniflo "lift-Gard" Model 300-A (with flushing connection) as supplied by Branom Instruments, Seattle,Washington, or equal. 15.11 Disinfection of Water Service After preliminary purging of system, chlorinate entire potable water system in accordance with C651-92 and any subsequent modifications of American Water Works Association (AWWA) for flushing and disinfecting water mains, and in accordance with all other pertinent rules and regulations. Upon completion of sterilizing, thoroughly flush entire potable water system at a velocity of 3 feet per second, allowing four complete exchanges of contents. When sterilizing is complete, arrange with pertinent authorities for tests on system. Deliver a "Certification of Completion of Chlorination" to City. Do not discharge chlorinated material to storm or surface water systems. rr (rr rrr J:\data\RI?N\101-(141)\Spees\'1'cehnieals.doc 15-9 5/7/2003 3:54 PNI CC 21X13 RI 12 P.ngincering,Inc. +rr rr Division 16 Electrical 16.1 General This division covers that work necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular application. 16.2 Submittals ` Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittals for motor control centers, motor control panels, control panels, instrumentation panels, and pump control panels shall include as a minimum a wiring diagram or connection schematic and an interconnection diagram. Wiring diagram or Connection Schematic This drawing or drawings shall include all of the devices in a system and show their physical relationship to each other including terminals and interconnecting wiring in assembly. The diagram shall be (a) in a form showing interconnecting wiring only by terminal designations (wireless diagram). Interconnection Diagram This diagram shall show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. Reference shall be shown to all connection diagrams which interface to the interconnection diagrams Interconnection diagrams shall be of the continuous line type. Bundled wires shall be shown on a single line with the direction of entry/exit of the individual wires clearly shown. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified in the equipment complete with individual terminal identification. All jumpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Spare wires and cables shall be shown. Submittal information shall be provided to the Owner for the following items: 1. Utility Meter Enclosure r 2. Generator Connection Receptacle 3. Motor Control Center 4. Transformer 5. Lighting Panel am 6. Circuit Breakers 7. Conduit and Fittings 8. Outlet and Junction Boxes to 9. Hand Holes and Vaults as J:\data\REN\101-1146\Specs\Tcehnicals.doc 16-1 5/7/2(X)3 3:54 PM CG 2(X)3 RI I2 Bngincenng,Inc. Summer 2003 City of Renton Division 16-Electrical East Valley Lift Station Replacement 10. Wire and Cables 11. Switches and Receptacles 12. Level Transmitter 13. Level Float Switches wr 16.3 Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. ' If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of ' Washington are UL, ETL, and CSA-US. 16.4 Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used,by an independent testing laboratory. When a product is not available with at testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. 16.5 Permits and Fees The Contractor shall obtain and pay for the electrical permit. The Contractor shall obtain all inspections by the authority having jurisdiction. Utility charges until final acceptance shall be paid by the Contractor. The Owner will pay for the service connection fee. The Contractor shall provide all coordination for service. 16.6 Minor Deviations The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved to provide for minor adjustments and deviations from the apparent locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner's approval,without extra cost. Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. 16.7 Temporary Light and Power Adequate services for temporary light and power must be provided by the Contractor. 5/7/2(X)3 3:54 I'M 16-2 I:\data\RI',N\I01-1146\Specs\Teehnicals.doc C 22(X)3 11112 Enginccnng,Inc. City of Renton Summer 2003 East Valley Lift Station Replacement Division 16-Electrical Verify the need for temporary power in terms of capacity and characteristics (rating, single, or three-phase) as required for construction, and include the cost of furnishing both installation and the power usage in bid. Provide temporary services until project is accepted by Owner or permanent services are provided. 16.8 Record Drawings Continually record actual electrical system(s) installation on a set of prints kept readily available at the project during construction for this purpose alone. Accurately locate all W raceways and circuit number of each equipment item. At the completion of the work, furnish a set of clean, neat, and accurate record drawings on reproducible Mylar media which shows raceway type,routing,and conductors for every outlet and every circuit. 40 16.9 Nameplates and Identification Provide engraved nameplates indicating load served, voltage, and phase for every circuit 40 breaker,panel board,motor starter, disconnect switch, and fused switch. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. Name plates shall be phenolic-engraved and shall clearly identify the associated component. Color shall be black background with white letters. Tags shall be securely attached. Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pullbox with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. 16.10 Service and Metering AW A. Description of Work The following is a brief description of the work required to provide power service to the it proposed facility. The Electrical Power Provider,Puget Sound Energy, shall perform some of the work and the Contractor shall do the remainder of the work. It is the Contractor's responsibility to understand what work will be completed by the Electrical Power ow Provider. Work to be completed by the Electrical Power Provider will be paid by the Owner and shall not be included in the Contractor's bid price. B. Utility Responsibilities During design, contact was made with Puget Sound Energy's Customer Service Representative, Ms. Karen Sharpe,who can be contacted by telephoning (253) 395-7045. we The Contractor shall be fully and completely responsible for all scheduling and coordination with the Electrical Power Provider. The Contractor shall contact the J:\data\RI:N\I01-1141)\Specs\Teehnicals.doc 16-3 5/7/21N13 3:54 I'M C 21103 RI 12 Engineering,Inc. +rr Summer2003 City of Renton Vi Division 16-Electrical East Valley Lift Station Replacement Customer Service Representative to coordinate scheduling of work to be performed and to verify responsibilities. Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. Electrical Power Provider will perform the following: 1. A connection to an existing pad-mount service transformer terminate conductors at the transformer. 2. Provide and install a meter at the lift station in the enclosure provided by the Contractor. C. Contractor's Responsibilities The Contractor shall perform the following: 1. Provide and install new raceway and conductors for secondary service from the existing transformer location to the service enhance panel including trenching, backfill and restoration. Terminate service conductors at the load end. Install the Motor Control Center/Service Entrance switchboard panel as shown on the Plans. 2. Provide and install utility meter enclosure, CT cabinet or switchgear, raceway, and conductors for utility metering as shown on the Plans. D. Standards and Codes Work involving service installation shall be done in accordance with Electrical Power Provider standards and the National Electric Code. Service equipment shall be listed and labeled by UL as "suitable for use as service equipment". E. Utility Meter Enclosure Meter enclosure shall be a Circle AW and as required to meet the requirement of the Electrical Power Provider. Contractor shall coordinate with the Electrical Power Provider serving utility on the type of metering required and shall provide all labor and material necessary to meet Electrical Power Provider requirements. F. Ground Electrode System The grounded conductor and ground bus shall be connected to the grounding electrode system via the grounding electrode conductor as indicated on system one-line diagram, and the equipment enclosure plan and elevation views. " The system shall be as indicated in Section 250-H of the National Electrical Code. G. Service Disconnect Switch The switch shall be heavy duty type, shall be quick-make, quick break, and shall be horsepower rated. The switch shall have blades as required to open all underground conductors. The switch shall be pad-lockable in both the OFF or ON position. 5/7/2(X)3 3:54 PNI 16-4 I:\data\RI,N\101-1140;\Specs\7'cchnicals.doc C 2(X)3 RI 12 Engmecring,Inc. No City of Renton Summer 2003 East Valley Lift Station Replacement Division 16-Electrical err The enclosure shall have interlocking cover to prevent opening door when switch is closed. The interlock shall include a defeating scheme. The enclosure shall be padlockable. The NEMA enclosure rating shall be as shown on the Plans. Circuit Breaker Type Circuit breakers shall be molded case thermal-magnetic type and meet molded case circuit breaker specifications covered in Division 16. .r Acceptable Switch Manufacturers: Cutler/Hammer, General Electric, Siemens, Square-D, or Westinghouse. H. Generator Connection Receptacle Receptacle shall match the plug used by the Owner on their existing portable generator. The receptacle shall be as shown on the Plans. Contractor shall be responsible for verifying if the Owner uses reversed contacts and, if they do, supply receptacle with revised contacts. 16.11 Motor Control Center A. General This equipment shall consist of a line-up of standard design, free-standing sheet metal sections, assembled and pre-wired for motor control and power distribution as shown on the Plans. This equipment shall be designed as to permit future additions of vertical sections and interchanging of units by users. Include provisions for supervisory control equipment as specified elsewhere. The equipment shall be constructed to meet or exceed the requirements within NEMA ICS3-322 and UL845 for motor control centers, and appropriately UL-labeled where possible. The equipment shall be designed, manufactured, and tested in facilities registered to IS09001 quality standards. The equipment enclosure shall be NEMA Type lA with gasketing unless noted otherwise on the plans. Gasketing shall be closed cell neoprene material. Interwiring shall be NEMA Class II B wiring. The MCC shall be rated as shown on the Plans with a minimum available fault current withstand rating of 42,000 amp unless indicated otherwise on the Plans. This equipment shall be tested, and placed into operation by a qualified factory, .rr representative trained in start-up and troubleshooting procedures for equipment being installed. During design, Siemens Motor Control Center equipment was used for sizing. MCC manufacturer shall be Siemens or equal. B. Vertical Sections Each vertical section shall be approximately 72 inches high and 20 inches deep. Vertical sections shall have internal base mounting angles at the bottom and external lifting angles J:\data\FJ N\101-04G\Specs\Technicals.doc 16-5 5/7/2(X)3 3:54 PN1 G 21X13 8112 Engineering,Inc. nr Summer 2003 City of Renton go Division 16-Electrical East Valley Lift Station Replacement at the top running continuously within each shipping block. To minimize the chance of fault propagation to adjacent sections, each vertical section shall have side sheets extending the full height and depth of the section. C. Incoming Line Compartments Incoming line lug compartment shall be top entry unless noted otherwise on the Plans. The No size and quantity of incoming cables shall be shown on the Plans. D. Bus The main horizontal bus shall be rated at 600 amperes. Horizontal bus bars shall be located at the top of the MCC. All power bus shall be braced to withstand a fault current of 42,000 RMS symmetrical amperes. Bus supports shall be fabricated from high strength,glass-filled polyester resin. The horizontal bus shall be tin plated copper with a conductivity rating of 100 percent AICS. The horizontal bus bars shall be fully sized to carry 100 percent of the rated current the entire length of the MCC. The entire horizontal bus assembly shall be located behind the top horizontal wireway. Horizontal bus bars located behind usable unit space are not rr acceptable. The horizontal bus shall be isolated from the top horizontal wireway by a clear, flexible, polycarbonate barrier allowing visual inspection of the horizontal bus without removing any hardware. The vertical bus shall be rated 300 amperes. Vertical bus bars shall be fabricated of tin plated solid copper bars with a conductivity rating of 100 percent AICS. The vertical bus barrier support shall be designed as to effectively enclose each vertical bus bar. Provisions shall be made to close off unused unit stab openings in the vertical bus barrier with removable covers. All bus ratings are to be based on a maximum temperature rise of 50 degrees Celsius over a 40 degree Celsius ambient temperature. E. Unit Disconnect Operator Mechanism A door-mounted operator mechanism shall be provided for operating all feeder breakers provided with the MCC. The operator shall extend through an opening in the unit door and shall clearly indicate whether the disconnect is `on', 'off' or `tripped'. With the disconnect in the `ON' position, a mechanical interlock shall prevent opening of the unit door. This interlock shall be provided with a defeater so that authorized personnel may gain access to the compartment without interrupting service. w� The operator mechanism design shall allow padlocking the disconnect in the `OFF' position with up to four padlocks. F. Wireways Horizontal wireways of standard sections, both top and bottom, shall be not less than 6 inches (150 mm) high. To prevent damage to cable insulation, the wireway opening 5/7/21X13 3:54 PN1 16-6 J:\data\REN\1111-(14(,\Specs\Tcchnicals.doc C 21X13 RI 12 P.nginccring,Inc. City of Renton Suer 2003 aw mm East Valley Lift Station Replacement Division 16-Electrical aw between sections shall have rounded comers and the edges shall be rolled back. A full height, vertical wireway and hinged door shall be provided in each standard vertical section. A permanent vertical wireway wall shall separate the units from the vertical wireway, and remain intact even when the units are removed. G. Operator Interface Devices and Control Relays 1. General This section covers all components required in a motor control center, pump control panel, control panel, or remote control station that require operator interface devices and control relays. .r 2. Selector Switch Units shall be 30.5 mm NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Units shall have standard size, black field, legend plated with white markings as indicated. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown. Units shall be aw single-hole mounting, accommodating panel thicknesses from 1/16-inch minimums to %* inch maximum. r 3. Pushbuttons Units shall be 30.5 mm NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type push buttons with momentary contacts rated for 10-ampere continuous at proper operating voltage. Button color shall be as specified in control panels and shall have a full guard. Unit shall have standard size legend plated with black field and white marking as indicated,contact arrangements shall be as shown. aw 4. Indicating Pilot Lights Indicating pilot lights shall be 30.55 mm NEMA type 4/4X/13, corrosion resistant/watertight/oil-tight, full voltage, push-to-test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be provided as shown on plans. AW 5. Run Time Meters Hour meter (elapsed time meters) shall be 2-1/2 inches square case type for flush panel mounting. The meter face shall be of the style that most closely resembles the switchboard indicating instruments and shall have black trim with white or aluminized face. The meters shall have a six-digit non-reset register with the last digit indicating +�► tenths of an hour. 6. Operational Counters ,.r Six-digit LCD, .35" high digits, non-resettable counter with 10-year self-contained battery. Red Lion model CUB2LU or approved equal. 00 J:\data\REN\101-(W))\Specs\71'eehnicals.doc 16-7 5/7/2(X)3 3:54 PNI C 2(X)3 R1121ingincLnng,Inc. 4W Summer 2003 City of Renton Division 16-Electrical East Valley Lift Station Replacement 7. Terminal Blocks All wires between panel-mounted equipment and other equipment shall be terminated at terminal blocks. Switches shall be terminated at the terminal blocks with crimp-type, pre- insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. All wires shall be labeled with the circuit number and common function. Wr Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and barriers rated for 300 volts. Terminals shall be double-sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, clearly visible with the protection cover removed. 8. Relays Relays for control, alarm and report-back functions shall be supplied as required to provide external keying and control switching. Relays shall be 120-volt A.C., or 12-or 24- volt D.C. Relays and shall be plug-in type with dust covers and shall be interchangeable with one another. One spare relay of each type shall be provided. Contacts shall have NEMA rating designations of A150 and P150 (10 amps at 120 volts, 60 Hz, and 5 amps at 120 volts, D.C.). All relays shall have LED indicators to signal when the coil is energized. Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the plans; however,provide as required on all circuits. Signal circuit switching shall be accomplished with analog signal switching relays and shall be provided to switch either 4 to 20 MA D.C. or 1 to 5V D.C. signals. Units shall have double-throw dry circuit contacts in a break-before-make configuration rated for 15VA minimum. The number of poles and coil energization voltage shall be as shown on plans. Signal switching relays shall be sealed to prevent entry of contamination in the form of dust, dirt, or moisture. H. Units After insertion, each plug-in unit shall be held in place by a latch that is located at the front of the unit. Plug-in stabs shall be mounted in a polyester molding at the rear of the unit. Wiring from the unit disconnecting means to the plug-in stables shall be routed into this molding such that the wiring is not being exposed at the rear of the unit. Size 1 through Size 5 non-reversing starters shall be plug-in units. The unit door shall be fastened to the stationary structure (not the unit itself), so that the door can be closed when the unit has been removed. The door shall be hinged on the left-hand side so that it opens away from the vertical wireway. The operator handle of all units shall be interlocked with the MCC frame, so that a unit insert cannot be withdrawn or inserted when the operator is in the ON position. Position of operating handle shall indicate ON, OFF, or tripped condition. Handle shall provide provisions for padlocking in the OFF position. Interlock provision shall preventI unauthorized opening or closing of the door with the disconnect in the ON position. 5/7/21N13 3:54 PN1 16-8 1'\da[a\RI?N\101-04(,\Specs\'I'cchnieals.doc GC 2003 RI 12 P.ngincenng,Inc. City of Renton Summer 2003 East Valley Lift Station Replacement Division 16-Electrical irr Circuit breaker type starter units shall have a short circuit rating greater than the available fault current listed in the General Section, and shall be motor circuit protectors (MCP) with magnetic only trip. Feeder breakers shall be molded case breakers with thermal magnetic trip and have a short circuit rating greater than the available fault current listed in the General Section. An auxiliary contact shall be provided on the disconnect for purposes of isolating the external source of control voltage. One control circuit fuse shall be provided. Control circuit transformer (CCT) shall be mounted within the unit. CCT shall be individually protected, and provide the following excess capacity, in addition to that required by the starter coil: Size 1 — extra 40VA, Size 2 — extra 40VA, Size 3 — extra 125VA, Size 4—extra 180VA, Size 5—extra 200 VA. I. Power Monitoring System A digital, 3-phase, power monitor with remote capabilities and associated sensors shall be provided by the Contractor in the pull section of the equipment as indicated on the drawings. The digital power meter shall be capable of measuring at a minimum the MW following parameters: • Voltage (line-neutral) W1 • Voltage (line-line) Voltage Unbalance MW • Current • Current Unbalance • Neutral Amps r • Real Power • Reactive Power > • Apparent Power • Real Energy • Reactive Energy • Apparent Energy • Power Factor • Frequency • Auxiliary Voltage The digital power meter shall be Power Measurement LTD Model 7300 ION or approved + equal. ■r J:\data\IUN\101-1146\Specs\'I'cchnicals.doc 16-9 5/7/20113 3:54 I'M Cc'21N13 RI 12 Engineering,Inc. AW Summer2003 City of Renton Division 16-Electrical East Valley Lift Station Replacement J. Standard Motor Starter Units Starters shall be of NEMA, not IEC design. That is, starters shall have molded coils, replaceable contacts, and metal mounting plate. Starters shall have provisions for accepting up to seven (7) auxiliary contacts and one (1) overload alarm contact. Overload protection is to be provided by a solid state overload relay that shall be self powered. Each overload shall be adjustable over a full 2:1 FLA adjustment range. A tamper proof cover must be provided. The standard overload shall provide Class 20. The overload relay must provide phase loss protection. The overload must be ambient insensitive. The overload relay must have a trip-free, normally-closed contact with a visible trip indication and N.O. isolated alarm contact. The overload shall have a method of being manually tripped for test purposes. All starters shall be size 1 or larger and no intermediate sizes (such as 1 Y) will be acceptable. Terminal blocks shall be mounted within the unit and located near the front for accessibility. They shall not be located at the rear of the vertical wireway. Power terminal blocks shall be provided. On non plug-in (frame mounted) units, terminal blocks need not be pull-apart style. On plug-in units, control terminal blocks shall be pull-apart style. Starter units shall contain the number of auxiliary contacts, unit-mounted devices, indicating lights, control relays,and other devices as shown on the Plans. go K. Transformers Lighting transformers to be installed in this equipment shall be Class H insulation type for 80 degree C rise. Provide transformer with ratings as shown on the Plans. Transformer shall be compatible with the environment in which it will be located and provided with properly-rated taps. L. Lighting Panels Provide branch circuit panel board with rating, number, and types of devices as shown on the Plans. Provide a minimum of 18 single-pole breakers when number is not indicated on the Plans. Branch breaker shall have an interrupting capacity of 10,000 rms symmetrical. Provide GFI breakers when indicated on the Plans. ++� M. Nameplates Each unit door shall have an engraved acrylic nameplate, white with black lettering. A master nameplate shall be provided on each MCC lineup. Nameplates shall be attached using two (2) stainless steel, self-tapping screws. N. Integration With Telemetry The Manufacturer of the MCC shall determine all requirements for transmitting data to the telemetry system and shall include in the panel all required devices and equipment for interfacing contact closures. 40 5/7/2(X)3 3:54 Phl 16-10 J:\data\KI?N\101446\SpccsVI'cchnicals.doc Cc",2(X)3 RI 12 Engmm ing,Inc. ON City of Renton Summer 2003 East Valley Lift Station Replacement Division 16-Electrical 40 O. Wiring Diagrams Wiring diagrams shall be provided at a centralized location in the MCC. The diagram shall r show the exact devices inside the unit and shall not be a generic diagram. The supplier of the equipment shall have the capability to provide revisions to electronic files of wiring diagrams at a local office. The wiring diagrams must be provided with product submittals rw. in order to be considered for review. Supplier shall provide a disk copy of all drawings in AutoCAD format. P. Wire and Control Relay Identification All control wire in MCC shall be marked with shrink type wire markers on both ends of wire. All control relays provided in the MCC panel shall be permanently labeled. The label for the control relays and wiring shall match the wiring diagrams. Q. Finish Surfaces shall be painted according to the manufacturer's standard color scheme. All unpainted parts shall be plated for resistance to corrosion. ., 16.12 Disconnects Provide disconnects of proper rating in all cases where shown, and provide additional disconnects if required by code. Provide enclosures suitable for the environment where �r they are installed. 16.13 Overcurrent Devices Provide overcurrent devices, being fused disconnects or molded case circuit breakers, as shown on the Plans. Provide a spare set of fuses in all cases where fusible switches are employed. Devices shall have ratings as shown, except where changes in requirements makes it necessary to provide ratings better suited for the load. Contractor shall be responsible for checking ratings of motor overload elements for proper size. Overcurrent devices shall be NEMA rated. 16.14 Circuit Breakers to Molded case circuit breakers shall be quick-make and quick-break type. They shall have wiping type contacts. Each shall be provided with arc chutes, individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be w0 calibrated for operation in an ambient temperature of 40 degrees C, and automatically derate itself so as to better protect its associated conductor. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF w. positions. All ratings are to be clearly visible. Where indicated on the drawings and in the combination motor starter / motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short circuit protection. The magnetic trips shall be adjustable and accessible from the front of all these circuit breakers. Breakers shall have lugs UL listed for both copper and aluminum. Breakers shall have the interrupting rating and trip rating indicated on the drawings. J:\data\W;N\101-(141)\Spccs\Technicals.doc 16-11 5/7/2(X)3 3:54 PM Chi 2(X)3 R112 Hnginccnng,Inc. to Summer 2003 City of Renton Division 16-Electrical East Valley Lift Station Replacement Breakers covered under this specification may be installed in switchboards, panelboards, motor control centers, combination motor starters, and individual enclosures. Fuses and circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. 16.15 Raceways it A. Materials Conduit and Fittings ► 1. Galvanized Rigid Steel (GRS) — Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit. 2. PVC Coated Rigid Steel Conduit — PVC coated conduit shall meet the GRS standard above plus have a 40 mil PVC factory applied PVC coating. 3. Nonmetallic Conduit — Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. 4. Flexible Metal Conduit — Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. 5. Electrical Metallic Tubing (EMT) — EMT shall be UL 797 and ANSI C80.3; steel tubing, hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight,insulated throat, compression type. Conduit & Cable Supports 1. Conduit Supports — Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy coated clamps or PVC conduit wall hangers. 2. Ceiling Hangers — Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. Unless otherwise specified, hanger rods shall be 3'?inch all-thread rod and shall meet ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. lrt 3. Racks — Racks shall be constructed from framing channel. Galvanized channels and hanger rods shall be steel, hot dipped galvanized. Channels attached directly to structural surfaces shall be 14 gauge minimum thickness, 1-5/8-inch deep. Channel 5/7/2(X)3 3:54 PNi 16-12 J:\data\RIiN\1111-1146\SPccs\Tcchnicals.doc C 2(X13 RI 12 1'.nginecring,Inc. w. City of Renton Summer 2003 East Valley Lift Station Replacement Division 16-Electrical section shall be sufficient to limit deflection to 1/360 of span. Framing channels on all exterior areas and in corrosive areas shall be aluminum, stainless steel, or fiberglass. All hardware shall be stainless steel. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channel shall be manufactured by Unistrut or equal. Underground Marldng Tape (Detectable Type) Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for telephone lines. Tape shall be Brady"Detectable Identoline—Buried Underground Tape, or equal. Duct Banks "" Concrete used for duct banks shall be minimum 2000 PSI with red oxide added. B. Location Schedule "W Galvanized Rigid Steel conduit shall be used in all locations unless noted otherwise below or on the Plans. IM 1. Flexible conduit shall be used for final connection to motors and vibrating equipment. Jacketed flex with threaded fittings shall be used outside and in wet corrosive atmosphere. 00 2. PVC Schedule 40 conduit may be used outside in contact with earth. However, galvanized rigid steel conduit shall be used beneath all structures and stubbed out from beyond building and other structures limits to a minimum of 5 feet. Schedule 80 ON conduit shall be used where exposed and allowed per these specifications. 3. PVC coated GRS conduit shall be used in a corrosive atmosphere such as a sewage man- No hole or chemical feed room. Use where shown on drawings and/ or required by NEC. Use in all Class I, Division 1 and 2 areas. C. Installation 1. Conduit sizes not noted on Plans shall be in accordance with NEC requirements for the quantities and sizes of wire installed therein. 2. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. 3. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. 4. All conduits shall be concealed in the floor, walls, ceiling, or beneath floor slab. Surface mounted conduit shall not be accepted unless noted otherwise on construction plans or approved by the Owner. 5. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will note conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the y J:\data\RI'sN\101-046\Specs\Tcehnieals.doc 16-13 5/7/2003 3:54 PINI C 2(X)3 RI 12 Engineering,Inc. Summer 2003 City of Renton Division 16-Electrical East Valley Lift Station Replacement floor to a device shall be located as close as possible to avoid creating a hazard. 6. All raceways shall contain a separate grounding conductor. 7. Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. 8. Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits. 16.16 Outlet and Junction Boxes Use cast boxes with threaded hubs for all rigid and intermediate conduit. All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in the box. 16.17 Hand Holes and Vaults Hand holes and vaults: Pacific International Pipe and Engineering, Inc. (PIPE Inc), or + + approved equal. Conduits entering handholes shall have grounding bushings installed and the conduit ends ow shall be sealed with Permagum sealing compound. Where conduits enter through sides of handholes, the penetration shall be made watertight. 16.18 Wire and Cables 10 A. Conductors All electrical conductors shall be in accordance with the National Electrical Code (NEC). Conductors shall be 600-volt class sized for the current to be carried. Conductors shall be copper. Sizes AWG No. 14, 12, and 10 shall be solid except in control panels; all larger conductors shall be stranded. • Type THHN/THWN, 90 degree C or higher rating dry or wet for No. 8 and smaller feeders and branch circuits;in all areas except as noted otherwise. rwr • Type XHHW-2, 90 degree C dry or wet for No. 6 and larger feeders and branch circuits. �lr Conductors used for power circuits shall not be smaller than No.12. Control conductors shall be No. 14, unless otherwise specified in this section. B. Connectors Utilize Ideal Industries' "Wing Nut" or 3M Company's "Scotchlock" preinsulated connectors for splices and taps in conductors No. 10 AWG and smaller. For No. 8 AWG and larger conductors, utilize T&B compression connectors. Compress using recommended die and tools. 5/7/2(X)3 3:541 M 16-14 J:\data\MN\1111-(146\Spccs\1'cchmcals.doc C 2(X)3 RI 12 Enpnccnng,Inc. City of Renton Summer 2003 °� East Valley Lift Station Replacement Division 16-Electrical Ow C. Signal Conductor Signal conductor cable shall be individually twisted, shielded pairs per ASTM B-8 for all instrumentation wiring. Conductors shall be tinned copper with color coded 105 degree C rating,with PVC insulation and individual conductor jacket of nylon. The cable shall have an overall PVC jacket. The insulation system shall be rated for 300 volts. Signal cable installed to outside sensors shall be rated for outdoors and below grade applications. Signal wire shall be Beldon or equal. wo D. Color Coding Provide for service, feeder, branch, control, and signaling conductors. Color shall be green for grounding conductors, and white for neutrals. Where neutrals of more than one so system are installed in the same raceway or box, other neutrals shall be white with colored stripes (except green). The color of unground conductors in different voltage systems shall be as follows: wr 208/120 volt, three-phase • Phase A,black • Phase B,red r" • Phase C,blue 480/277 volt, three-phase • Phase A,brown • Phase B, orange • Phase C,yellow E. Wire Description Refer to the one-line diagram and MCC Layout in the plans for a description of conductors required by feeders shown on the diagram. All other power wiring shall be sized per National Electric Code, based on the ampacity of the breaker from which it is .w. used. F. Installation Conduct a megger test on all branch circuit, feeder and service entrance conductors and submit results to the Engineer. .. 16.19 Switches and Receptacles A. General +r Standard wall switches shall be single- or double-pole, standard or three-way, as shown on the drawings and shall be AC quiet type rated 20 amp, 125/277 volt with screw terminals. Wiring devices shall be ivory colored for general use and brown when installed in service areas or dark finished walls. Approved manufacturers are: (rr J:\data\RI:N\101-(wc\Spccs\1'echnicals.doc 16-15 5/7/2(X)3 3:54 PM CCU'2(X)3 RI I2 E'ngineenng,Inc. Summer 2003 City of Renton at Division 16-Electrical East Valley Lift Station Replacement sir Switch Receptacle Arrow Hart 1991 Series 5252 Series Bryant 4901 5252 General Electric 5951 4060 Hubbel 1221 5252 P&S 20AC 1 5252 Provide GFCI, 20 amp, 125 volt receptacles with push to test button for periodic testing by simulation of a ground fault where identified on the Plans. B. Plates + Scope: Provide plate for each wiring device or outlet. Device plated receptacles in the valve vault and backflow preventer enclosure shall have weatherproof plates with a hinged cover and shall be Sierra Electric WP series or equal. Plates for devices in the equipment enclosure shall be of metal, of the same manufacture rr as the conduit fittings and specifically suited for the device and fitting used. C. Outdoor All-Weather Outlet Covers Receptacles located in underground vaults, outdoor enclosure, or outside exposed to the weather elements shall be provided with a weather protective outdoor outlet cover. Outdoor outlet cover shall be equal to BWF Manufacturing Inc. Guardian Series. Cover shall have a NEMA 3R rating. D. Position Of Outlets Install symmetrically all receptacles, switches, and outlets shown on the trim, and where necessary, set the long dimension of the plate horizontal or gang in tandem. 16.20 Grounding Service and equipment grounding shall be per Article 250 of the National Electrical Code. Verify that a low-resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. 16.21 Lighting Fixtures A. General Fixtures shall be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL approved and so labeled. Provide suitable supports and mountings. B. Lamps ` Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the drawings for the ordering information on lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Approved manufacturers are 5/7/2003 3:54 PNI 16-16 J:\data\RI?N\101-1146\Spccs\Tcchnicals.doc C 2(K)3 RI L Fnpnecring,Inc. City of Renton Summer 2003 Ow East Valley Lift Station Replacement Division 16-Electrical Im Westinghouse, Sylvania, and G.E. Lamps shall be provided for all lighting fixtures. Ow 16.22 Flood Switches A. General Furnish and install liquid level switch as shown on the Plans. All components shall be suitable for installation in the environment where installed. ar B. Features The switch shall be SPST rated for 100VA. The float shall be constructed on Buna-N to material and the stem shall be constructed from brass. C. Installation aw Mount the switch to the end of YY schedule 40 PVC or galvanized pipe. Provide threaded busing as necessary to provide a complete assembly. Secure pipe to wall with a minimum of two galvanized conduit hangers. Mount the liquid level assembly in the pipe gallery with the bottom float YY above the finished floor. 16.23 Intrusion Alarm Switch ow A. General Furnish and install intrusion alarm switch on the entrance door as shown on the Plans. +0 All components shall be suitable for installation in the environment where installed. B. Features *' The switch shall be two-pole side plunger type switch with one normally open and one normally closed set of contacts. The switch shall be a Type C and NEMA rated. Provide with a standard box plug-in and connecting cable of significant length to reach a junction box located near the switch. C. Installation Mount the switch as shown on the Plans to detect the opening of the door. Connect to the normally open contacts so that the switch is closed when the door is closed and open when the door is open. A factory provided cord hall be of significant length to reach from the device to a junction box. D. Acceptable Manufacturers O` See Plans for manufacturer and part number for intrusion alarm switch. Equals will be accepted. 16.24 Keyed Switch Box A. General Furnish and install Keyed Switch Box as shown on the Plans for providing an input into the City's telemetry panel. All components shall be suitable for installation in the wr I:\data\RI;N\10]-(WG\Spccs\Technicals.doc 16-17 5/7/21X13 3:54 I'M C 2(X)3 RI I2 Empneenng,Inc. *W Summer 2003 City of Renton 96 Division 16-Electrical East Valley Lift Station Replacement environment where installed. B. Features The key switch shall have a minimum contact rating of 15 amps at 30 VDC. The switch type shall be single pole-double throw (SPDT). The switch shall be provided in a junction box provide with the switch from the manufacturer. 1r�r The key switch shall be mounted inside a junction box as shown on the Plans. The junction box shall have a cabinet mortise cylinder lock. All keyed switches shall be provided with construction cores. C. Installation Mount the keyed switch box outdoors as shown on the Plans Unless otherwise noted, mount top of box at 40 inches above finished grade in an area that is protected from the elements as much as possible. The keyed switch shall be wired to the terminal block in the telemetry. ' D. Acceptable Manufacturers As shown on Plans. Equals will not be accepted. ww 16.25 Wet Well Level Monitoring '' A. Submersible Level Transmitter (Sewer Application) �I The transmitter shall be installed in location as described on the Plans, and shall be a totally submersible device with molded integral cable. The transduction principle shall be an integrated silicon strain gauge bridge with a two- ww wire 4-20 mA output signal. The operating pressure range of the device shall be up to 0- 10 psi with an overpressure acceptance of two times the rated pressure. Total error band shall not exceed 0.30% of full scale over a temperature range of 30° to 86°F. The accuracy shall be 0.25% of full scale for 1 psi to 900 psi range. Voltage input shall be 9 to 30 vdc. rrr The electronics shall have built-in protection against AC line transients and lightning spikes and an RFI filter to reject internal electrical and internal noise. The transmitter shall have a maximum OD of 1 inch and a maximum length of 9 inches. + The transmitter shall be provided with enough submergence-proof cable to allow for an unspliced run from the transmitter mounting depth to the control electronics plus 10%. The cable shall be cut and spliced in the handhole as shown on the Plans. The submergence-proof cable shall be constructed of polyurethane sheathed cable with integral vent tube and Kevlar strain cord. The complete level transmitter assembly shall be completely rated for the environment for which it will be installed. The submersible level transmitter shall be a KPSI wetwell level transmitter model 720- 140-00010-009 with cable hanger, and aneroid bellows model 815. Install bellows in control panel. A weighted stainless 3/16-inch aircraft cable shall be provided for 5/7/2(x)3 3:54 PNI 16-18 ):\data\RIiN\I01-1 W,\Specs\Tcchnicalc.doc C 2W3 RI 12 Enginccring,Inc. City of Renton Summer 2003 �r. East Valley Lift Station Replacement Division 16-Electrical attachment of level transmitter. The aircraft cable with weight system shall be the length of the wet well depth. 16.26 General Installation A. General 'w Install all materials in accordance with electrical code, UL listing requirements and manufacturer's instructions. Secure to structure without play. to Penetrations: Must be provided such as to retain fire ratings. Grout all raceway penetrations. Clean up: Continually remove debris, cuttings, crates, cartons, etc. Carefully clean wiring to devices, cover plates,light fixtures, etc. Painting. Repaint any electrical items scratched or marred in shipment or installation. .r Interconnections: Provide all interconnection wiring between work provided in other divisions and the work provided in this division.All equipment to be completely wired and fully operational upon completion of the project. 4W Raceways, devices and boxes: Secure to structure without play, install raceway in the least noticeable location parallel to a building surface (i.e., wall, ceiling, floor) acceptable to up Engineer. Furnish and install all fittings, boxes, extension rings, etc. as required. Provide Class I, Division 1 wiring and conduit seals as required. Install underground conduit 36- inches below grade. 4W Secure lighting fixtures to structure without play. 16.27 Testing No Test all circuits for continuity, freedom from ground, and proper operation during progress of work. g, Test all systems as they are completed per requirements. Conduct special test as required for service and/or system ground. + r Test pump motors to verify that an overload condition does not exist. 16.28 Final Test 1W Conduct final test in the presence of Owner and/or his authorized representative. Prior to the test, Contractor shall have satisfied himself that the project area is properly cleaned up, all patching and painting deemed necessary properly done, and all systems, tlW equipment, and controls are functioning as intended. Run all tests and furnish all testing instruments required to demonstrate satisfactory operation of systems, equipment, and controls. Upon completion of work, test complete system for proper operation, and certify system is complete and operational. aw No I:\data\RIsN\101-1146\SPecs\Tcchnicals.doc 16-19 5/7/21X13 3:54 PNI C AW RI I2 Engineering,Inc. OW aw Division 17 to Automatic Control 17.1 Scope of Work A. General The City of Renton owns and operates an existing radio based telemetry system that monitors and controls their sewage lift stations. Components of this system will be installed this contract at this lift station. The telemetry panel shall be installed in the proposed MCC. The City will provide a telemetry panel to the Contractor for installation this Contract. The Contractor shall be required to provide coordination, specified equipment, and assistance with the installation of the telemetry system. 40 B. The Contractor shall provide the following: 1. Install telemetry panel and radio panel provided by City as shown on the Plans. "" 2. Install telemetry antenna on lighting standard as shown on the Plans. 3. Provide cable connection between the antenna and radio in the telemetry enclosure. 4W 4. Access to the facilities for testing and start-up of the telemetry system by the City's integrator. No 5. Provide and install all mechanical and instrumentation sensing components identified on the Plans. Only items identified as provided by others or City are not included. 6. Terminate wires and cables in the telemetry panel Or 7. Provide testing and calibration of all mechanical and instrumentation sensing components installed this contract by Contractor. Contractor shall verify that all field wr devices function properly. 8. Provide and install all conduit, cabling, and wiring from all the mechanical and instrumentation sensing components installed this contract by Contractor. Contractor w' shall terminate wires at devices. Each cable and/or wire shall be labeled to match the termination point in the panel. Coordinate with City's telemetry integrator prior to labeling wires. OW 9. Testing and start-up of telemetry system with cooperation from City. C. The telemetry integrator will provide the following: 1W 1. The telemetry panels for installation by Contractor where indicated on the Plans. 2. Establish and fine tune communications between the lift station sites and the master .r telemetry unit. 3. Provide and install all telemetry system programming at the lift station and the master 1W site. 4. Testing and startup of telemetry system with cooperation from Contractor. 00 J:\data\REN\101-(W)\Specs\Tcchnicals.doc 17-1 /7/21X13 3:541'1,1 nr C 2(X)3 R1121sng—ccring,Inc. wr Division 18 Measurement and Payment 18.1 Payment ow It is the intention of these specifications that performance of work under bid items shall result in complete construction,in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal, but required according to the plans and specifications and general practice, shall be included in Contractor's bid price. •• 18.2 Bid Item No. 1 - Mobilization, Demobilization, Site Preparation and Clean-up Lump sum price covers complete cost of furnishing, installing and testing, complete and in-place,all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain .r all necessary permits and licenses; prepare site for construction operations; construction surveying;maintain site and surrounding areas during construction;provide system testing, move all personnel and equipment off site after contract completion, and provide as-built W data; clean up site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. to Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of total contract. to 18.3 Bid Item No. 2 - Site Work and Utilities Lump sum price shown shall cover the complete cost of providing all site work and no utilities relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: structure excavation; trenching; backfill and compaction; site grading; temporary construction fencing; temporary stormwater control .r including treatment and disposal;removal and disposal of unsuitable materials; select backfill, bedding;appurtenances and all other work necessary for a complete installation of all facilities including the wet well, the dry vault, the sewer manholes, the electrical and water bollard, the „w sidewalks, the driveway and pads, and other site utilities. Site utilities include, but is not limited to: collection sewer,pressure sewer,stormwater,water service,ventilation system and other underground utilities that may not be covered in another bid item. Other work 4,,,,, involved includes the protection of existing utilities located within the area of construction that may include,but not limited to: telephone,street lighting,electrical,and stormwater. Work includes, but is not limited to: removal and disposal of existing concrete sidewalk, `w driveway/pad, and curb and gutter;removal and disposal of selected trees; and demolition and removal of obstructions and structures as necessary to complete site work. No Repair of existing roadway and imported materials shall be incidental and included in the contract price for this bid item. This bid item does not include proposed electrical and telemetry which shall be included in bid item 11. M J:\data\REN\101-046\SpecsITechnicals.doc 18-1 05/13/20034:01 PM ®2003 RH2 Engineering,Inc. fm VW Summer City of Renton Division 18—Measurement and Payment East Valley Lift Station Replacement Payment shall be lump sum,based on percentage of completion. 18.4 Bid Item No. 3 - Landscaping Lump sum price shown shall cover the complete cost of providing all materials, ,ry equipment and labor necessary for construction of the landscaping as shown on the Plans and specified herein. Work includes, but is not limited to: coordination with Owner's landscaper during construction; installment of topsoil and final site grading;installment of sod and trees; installment of irrigation system in area not previous landscaped; repair and maintenance of existing irrigation system; landscape maintenance and all other work necessary for a complete installation of all landscaping shown on the Plans. Payment shall be lump sum based on percentage of completion. 18.5 Bid Item No. 4 - Shoring and Trench Safety Systems Lump sum price shown shall cover the complete cost of trench safety and shoring including: all labor, materials, and equipment for the installation of the shoring work as shown on the Plans and detailed in the contract specifications; design of the shoring system as required by applicable codes and standards,whether shown on the Plans or not. Sri► Payment shall be lump sum based on percentage of completion. 18.6 Bid Item No. 5 - Dewatering The lump sum price shown shall cover the cost for furnishing all plans,material,labor and equipment necessary to install a dewatering system to facilitate excavations necessary to install lift station dry vault, wet well, and gravity sewer system. The dewatering system .rr includes water treatment facilities, to reduce turbidity, dissipate energy at the point of discharge, and aerate water. The cost shall cover all pumps, piping, power, and any other items necessary to provide this system. The price also includes decommissioning the dewatering wells per WAC 173-160-381 and DOE requirements. Payment shall be lump sum based on percentage of completion. 18.7 Bid Item No. 6 - Traffic Control Lump sum price shown shall cover the complete cost of providing all work,materials, and equipment necessary for traffic control required to construct this facility. Payment shall be lump sum based on percentage of completion. 18.8 Bid Item No. 7 - Structural Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for constructing the wet well, primary pumping basin and dry vault, complete as shown on the Plans and detailed in the contract specifications including: cast-in-place concrete, pre-cast concrete, masonry, grating and supports, miscellaneous metal work,access hatches,waterproofing,patching, and testing. Imported materials necessary to complete the installation of the structures shall be incidental and included in the contract price for this bid item. 05/13/20034:01 PM 18-2 J:\data\REN\101-046\SpecsjTechnicals.doc ©2003 RH2 Engineering,Inc. City of Renton Summer 2003 East Valley Lift Station Replacement Division 18—Measurement and Payment w Payment shall be lump sum based on percentage of completion. 18.9 Bid Item No. 8 - Lift Station Pumps and Motors Lump sum price shown shall cover the complete cost of providing all labor, materials and equipment necessary for the triplex submersible pump and electric motor system as shown on the Plans and detailed in the contract specifications. Price shall include cost of materials and installation of rail system, fiberglass basin, cabling, testing,and startup. Payment shall be lump sum based on percentage of completion. 18.10 Bid Item No. 9 - Lift Station Equipment Lump sum price shown shall cover the complete cost of providing all labor, materials and rrr equipment necessary for the equipment shown on the Plans and detailed in the contract specifications including all equipment not listed in the other bid items. Price shall include cost of materials and installation of louvers, dampers, ventilator, heater, fire extinguisher, first aid kit, dehumidifier, float switches, level transmitter, sump pumps, ladders, and potable water connection. Payment shall be lump sum based on percentage complete. a. 18.11 Bid Item No. 10 - Mechanical Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the mechanical work shown on the Plans and detailed in the contract specifications, including all mechanical work and equipment not listed in the other bid items. Payment shall be lump sum based on percentage complete. 18.12 Bid Item No. 11 - Electrical The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the wr contract specifications including conduit, vault and wiring shown on site plan. Coordination, testing, start-up of electrical, automatic control, mechanical equipment, and telemetry equipment detailed in Division 17 of the Special Provisions shall also be paid r under this bid item. Payment shall be lump sum based on percentage complete. 18.13 Bid Item No. 12 - Lift Station Finishes Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for painting and coating all surfaces of the improvements as shown on the Plans and detailed in the technical specifications. Payment shall be lump sum based on percentage complete. rir 18.14 Bid Item No. 13 - As-builts OW Lump sum price shown shall cover the complete cost of providing all mark-up drawings ):\data\REN\101-046\SpecsITechnicals.doc 18-3 05/13/20034:01 PNI ©2003 RH2 Engineering Inc. aw w Summer City ofRenton Division 18—Measurement and Payment East Valley Lift Station Replacement necessary for the Owner to create accurate as-built records as detailed in the specifications. The work includes surveying all structures and utilities to determine their as-constructed locations and elevations, records of all mechanical and electrical equipment for maintenance purposes, and operation and maintenance manuals. The price for this work will be $5,000. Failure to comply with the as-built requirements and furnish acceptable as-built records will result in the deletion of this bid item by change order. Payment for this work will not be made prior to the final payment. Payment shall be lump sum at the completion of the project. �r wr 05/13/20034:01 PM 18-4 J:\data\REN\101-046\SpecsITechnicals.doc ©2003 RH2 Engineering,Inc. Ilrl illy dw Ow 10 ow ow to STANDARD PLANS ow ow i go as to io STDPLAN.DOC\ 1� N M v v E a V' L - o OQ Oz o u� _ °O O D L v - U Gi] t6 r r, r r a E cc O W c� \./ O a Cl r V E u M Q ot �, ZW a, c � vim - v o � m o � ot w _ ,J QU7 � (/] } � � aooL Q W _l +Irf o aD o mm) c 0 XVN ,b „6'1 J V O -- v) o E D c > a a - In W O L a N L L Q V aam 'o } C = Q _ v p E 0 V t + (n - t O T 7e L V C L C C L m v 0 (L N O O N - tom E •- +- Q L 7l to L O•Cl.- O a O O O V O v) -— LLJ E O Q G/ a0 � a cr G N aL N L L D L a C) O z o T v L a, 11 C D L L C +- o O N 1 O O O Q N+ L y 'C L 61 1 U�. - - 1 O > N 6 1 L v L Q N 3 O O t E + E I v a D VI L •- t v L O L O D - C 'D O c O L V O ' O O c N m L + d QN NIN d. t r, ci Z W C D v M _ L N Z d EIz cr c W >> 0-0 — fT a o:.! WN Q N �= U QZ Z ate, ol_I co c°I O go N a W � N I N NIN a- 9 Z/6 W Z J Z V) 0 Wi v W D J �.,t� o N Z N 0 L Q = _ 0 go Ln L = Q U } N „� „9 c > the U U U Z W U L N E E o U L t O O v O+ ; ID O + .-• + EO V i0 O L C L O t Z E V O + 2 `n 3 Zl �a� mom Q kn o a CO N- O a,L m N— J 8 a V) m oc O r�aw a co z co C z ow N Q V V U O d C C L Y O d O d N 0- dw N Lv� N L > av V O U U co Q "w LLJ w N U`` w (0 } (° H W N J O Q O LLJ O Q ~ j W 2 m Z d w =r ¢_ w ..� W O W 2 O > Z ~ W pW p Z 0 d ¢N Li w � w w_ 0 c) z °NC, W0 =' W Li 3mQ 0 )- m u Q pHN 'FW -JJ Z O Zm N U W = 0 �_ 0Z -i wp2 F- mZ, a\ 0 o wN�� 3 �F- Z Cf), U_ E-C. x°F m ¢ -i a -j mwM mJa a ¢� 0 w z F c� O IZ Z J Q M W Y J O W J¢LLJ J N ¢ O F-N Z m Q Q 0 � Z Z > i npU m4 v=iaw U)< �4 • Od W 0l BOO m Of W Jm (NJ J H Z LLJ W N 00 0 = JW Jp Z(W¢ Zl�.� ((l� 71 C7 00 O P Q m ¢ w wN= (a!Z Z J Za W F- � N 0�- 22 w0 wQ Q 0 pQ 0_ `W L, NilZO NN U w UW < F� O � NOW JF-WO U3 m=Q mU0J LIJ LLJ � U 0 Of LO W Uj L. W LL LJ 0 of 2Z �W oW0N 2FW- �p�,,l1n ZQ 0. N N w O J O H ~ W>u W Uc Cr W O 0 0_ N X W X W to Q O Q W H N -H O W ¢ F O((% � Z �F- U-NNH Hp LLNO L� Qd � m O Z N d ui N (O 2 U Z W 0 O O M N � N Ln v = w CO JU O` 0 Q W 00 O Z I W¢ of ~ N Z_ 3:O Q m N C7 Q }W 00 OU (O Z_ p Q J O m m Q W N F LJ 3 CO� N <� mQ ----- +_-_� N W VOA Nw W N0 0]J 3 ¢ 0 W Q O U N �¢~ w p Z m ~ W Z o c~i x Q U w o �wm ¢ > 0 w (_ J(nQ U �� Np 3w D mi D 0 V d N � m mw Y0 of m .. m L, N0 � mQ J w CO ^m0W NQ �r M I w p U ----- -+---J Nw \<Q�Q Of w 0 Z w pww iN O� >C)N�w W N N a- ?O H O N I i W O U m z L �.r Oa 3 N z 0 •c W m N o z N O so 0> F, p z M v F :5--, U) A w N W a o U) ao oa vo J C O A 6 F N N T U dv vFi� O p N O 3 m �•I � m o w Ili O L rnr w N z r En X111 .° 1J + L) O p = D Oa r a� U U (A U L U t'� ap I2 V) c c Q T O N C U L N p E 0) O m - > > E U p N C_. 0O.S _ "t C O N N p N O 2 N•- c L O � N ~ O r(N p p x W � I O 1N3W3Add 30 3043 80 xvma` oa � 92jno .,VM3AIK 0 a in Of` 1 N I N LLJ 1 } U ,1 Q 3 Q _>� Z N O Q_ ° F- _�OO iy1Y Z F- V) N 0 in XQO Q z , O U 2 N W d' d Z I O Z O Ofir LLJ ?' x 1rrY m �i� (if N w O S ww� i z >z V) mo F- �` > N W j n O a w Ckf Mr X y, X �� Q W \; U y Z Z x to W In tow } 0 O L` O O— U - �J W E w N H ~ p W Q F 0 LLJ Z W O Q d O: O N N H-j z W Ll d w U Q Q LJ w -� N LLJ J v O p z Z z U �,;� W _ Q O J J Z W> > 2 p Q Q 0 W p 0 p p rn Q _ O< Q >QUO tea- Oz Z � N N d Q W wx a O TC) W Q O FG QpW FW-m m z x Cl,o AA O � Z_ Or 0 O Cr� QzUO J gwJO U dQU w m 0L, �V)wZaW= Qa=~ LO in `" N Z d M W ZO OcnzQQ[OCn �LJO m . O U W O W Q H JN mV)Jm d Li F ' M L' J Q m C�0 0QZ JUOJ z z z O O 2 s ? 00 m Q 0=QUO Q Q Q LL) m Z Z w aZ J�p°NZ°�NwM Z co 00 ap rJ 4Sy 3 �Qm W0 QwJOp- 0 C wo0LjM (ALLJZ 10cYi�Uw� N0 - mW JOV1 V) U Q 200Y Q co W Q� L.J Fes- vj L�CD�Ir Of�OQVV)iOJU;Z�U �O�V)wWUO i ZzOaOQQQ W�WQZF-WF- L :. �d d H SURF-L� MOM zW za WW jujc)Zz JZ�=V)Jm=QmzQ 222 m > > w F-F �QQOJQOF-QOD~SQOp � � < � ur V)(n(nQU�UQV)(n§?iUd'�UpUQ - °°m O z CV Ni d In tD r ao 6 � LO (DD w M z < d � U Q CJ o° W m m p Z a >O V) p Q W r VI U Z Q J d p J O LLI LL z Z O� OO U Q W Z w H m ..C) Lj p � Qw m� -N J NW ox� CO W U - m W W Q p w w 2 r o QU Y Z d J V)� N N LLJ S �� ° °o �Z Z QQ r7Q �� C3 L, mZ S � ° � W C) a 2 WO W U1Q H HF- w< JQ � O Wd D J W U)(1) nrn � 0 p U) W W U V)(f) Q'Q CL uj p< Q Q a a W U U U a o Z W Z m Q W W Z Q p ZO J o n :2 V) o OU cr ? t~nN o0 ck� � JO U d0 Q W U I 0.r 0— ui N I \ Q Z a U 0 ZO Q z Q _ � - Q m z Q H Q ir J cn OJ �L� W N C) r- 1 j (N m Z Y O 0— o- N ~ F- fY p Z w U Q i 6i r U p w Q rw- Q Z d 0- N W ? w _ It U0 W a 0- LLJ Z J fr Jv OZ w� x N fl J > W Q p J J Z p p W Q W 00 d p Z rn (n WF- U� O QtY Z Q U > Q O z tl q W n Of QO?w 0- wW o Lr W O Q SUF-pew O wQ 0 acW- fr �Z W J QwF-m °° .4 fLo 00 m 0 N W J U > = J Z J O ..7 6 F w m� cnci Ci� Q �aQCn x ¢ v m UW 3�f"zza�wS <a: a:F- cn O�cnza: wF- 00 m 1 Q W p 0 J Q F- J(n m(n_J m a W of d 0 a om o�=���az -!0-r z An,, r z r Z ct ~ WmQZfn QfnO = a QCwi' a I, Z w0 m 2 - pwU (n �( X71 (j a w M a- z J p—cnz0 w z u4� 3 �j< w- �Qw�O0F ~�_�� p DOpmU DM3-u0UQY l U Cr IM LLJC) W 0V)�? S �tnUwpZO wJOfn N UU Q S QF- wNF- to- �WU� O O0<F- wF- r S F- F- OQ (n U JwU? frU fr 0w Cnw wUO v c� Z ZOO ZO Q Q Q WCt t,Ja Z ~WF- a a d fn fn fn—F- SUZ �F- W �Om ZwZ(L Q W W W W C f) W J Z Ch S C n 0 X 0 0 > > F- F-F- fr < <0a- < :)- QOM~Sa00 L) L) >- fn fn fn aU :2UOQfnfn Ufr3UpUQ O Z N t d' Ln CD r- 00 m O w -XVVI „ti8 Ol 'NIW „Zv J O p F- Z Z N xQ O Q (r Z N W m W a Z Of Q ..9 ..8 S Ol ,Z 3�8t/Itid� 0 0 (°p(if $ $ x fr W o v w o s N 0- t w w is \m W go z CU p t C IQ fm v �► v • V p < o a I O m 00 9 \ _ W a N 0- d o za rn F z _.Q00 N m � pw a o " \ \ d F-�, a F I M fZ a, o as Q N m Cz OF ao \ 00 \ \ \ Z Z a dig vFi � � O m Ln 1= x N N \ N U U d ♦ W w W uku+1 Z 1 � Z Q p LLJ � O } J F- < W Q' a oo Q < a J _ Q U U Q Ul p U) Z p m o m Z n w L` r7 z o � ww 00 \ J 3 w O Z z 3 Z J O O v U O Z �c0 O pw w a cn x � � u I Qo LL) vd CD x U1 Z x- (n r o O `. z 7 Z UQ Z N� Q O w O xF- �} Z U d m ? U O w C, L Cl)\ Q 7 = C� <t _ r U U -I ° rn \ z ° O m U�� J j� m o c i U Q^ U-0 a= Q W ^O OO ow Of 0 pF' z � o Z p=O C:) Z: O U I a =MQ r 00 r-) \ w 0 a 'r' d z 6LN 0- rzw�. N Q ~ U p w � d O =i (� J N U w O O m z wr Y o o c� � a�r: ° z U -jMo� (v O 0- / Y O w w r O cn O w n Ifli �— Z J �V, �- O \ 0 :)u z r` W z p w � L) Z w W Q OUQa : ° � J Z LL) Q Li. z y : } Q � d zz J w Q imi O� w z O O Un Q (n O cn w F- N� O o w O n ilr, F' n O w m UC j w U Z Q O Q U U I W z w d a w cn � a Z ww pF o a a co O z o Q F a F m O O C) d v vF co N N Qo x M F- / Q O� Z z W Lj/ e V) z 0 Q cf W z Z \ d0 m � � \ Uww rU o Z p 9 � g � J ♦ 4 +Yr OO m DNZ e -i Z a Z Y ^ of :2 LJ 00 M Q \ lid ad do � p �_ U Q LLJ_ >- o m LLJ U II II ow U) II II Qw II: II II LJ a Z II w w I.I o �_ w am I ' v o a III Q Q 00 o p\ 0 � m w � Z (3 _Z Cl- = 9 p p F- �r N O b Z V) N o L o p On LLJ[If LLJ _ J Q \O V Q W DQ tlJm 't d � Q -1 0� \r r w rI� 00 1 d~� Q Upp W U N d z of 3 D Q O cr p aZ 00 N In I U cn w � OF - 3 oco U 0 � U F- )- O N M �r ❑ 7 Wawi Ch ❑ ❑ ❑ N Q o (n w (n Of ❑ ❑ ❑ ❑ ❑ o m i� co Ln z � 1wU a � ow ED El I I � Q � QO O � 10' > C O J O cy rir Q 1� = W p p Q j \ U Cl) Q C O U ~ p o Z a O p ZIZ N ? Q V w m Q O Y~ 3 W ~F= U Z W a N O w p w w Q LLJ a N U �'rn r- O Z z a a Z w Z N Li w1U1 ?m O O Q O wZN - -wm z �= w } cnwa. Way- O w Z Ln ° Z Z M }�UO7 SUO - L J a O Q OF g rn U Z U 3 w Cn w Lo w Q°O + w w W N w O U [] w a v r. C Z O Zaw �(/ a NV7 a w O F•' Cr. F F u) d� rroN �p wz ° C:. p. o a ¢ 0a w Li w�a �� �O m n o O � a F (2 w �Li New OfU aU w z N N O _Z �d U cc Z°_ C7-M C?V w O O U Q 3� z a aw �U Fn Q ¢T^ N ==iom tea° wa w Li w z UU3� Li ?°n a U w w z Z t''pa + p w w T a Y 2 a - � � v, O O W 04w -i x Z� Qapa Zw d� Z U Q Z.... Li a w w m Z 0 �- a w a -� Q. z Of m 00-, <� a s Li - m u U 71 cjT m zw Ja '00 a� m� a z a rJ Q` o f � ON�3 �ww0 °= Xw = p w m LJ��Uw O~W �~ -J- O m cn a O O LO U G a U W O O O a �O O O Z \ \ 0 p 7 S U U a z aww� J�Q _QO a0 ° � O C ',, LJ a = a �am� aUS r- •- O a x - U S w �a a S p 0 w Of U a°J� N� J rU 1-U U Z ° a 0 O r > U < L'i p Z J ZO� Z J a. U U a Q a Q N O Y m Z p Z o Z) 00 <Z Z w Y Q� G.>d Ud w U \ C,4 \ "1 Z Z I.. w O Uw Wa Z(n Zcn m Z a ma >aN7 a!n � p w Q U a N m X a U J m a S Z z ° a w2az U�Uw ° m_ p �< O II ,o j Z �°Z w~w 0 w Z J U w Q w Q d Z co a m U a o m a Oa ww Sw m axa w wr-- a w C N a S US cn0 m F (A0m cncn V)(n a� a Li o ~O c.i r i a Ln co r, 00 ° Z a 57m 1 v v v o v c W W W ? O Z Z Z u °„ O O O - N N N u "f ` W W W i i c O O O a (n U U1 (n O r:m Um Q LLJ Z (n a Z J I C� It W D `� U_ m W N W C' W (n x F- W F- F- W W O O O ° O o f Z a Z U o Z �` W O Of w V) w L- w V) O N o - U z U m O m I Q O W a J rL>j J W W (n > � a Qa > W N W W a W W a EL W F.^ G J W a i-. J W ^ J a n u00 z Q � as CO Z Q Jr, z w W O w w O :�i m w O J ~ F- ~ F- J F- F- F- X ~ F- JO WO Q JO 0 a w0 Q Z Cif Z O Z Z Z Y U Z Y Q Z Z LLJ Uw Zw Z U W L1� LLJ Z Dew Z Q V) O N O Qcn W O N O w0Cn O M U W m..i m W i w 0 m w 1z _ U 00O0a cOtoM0tA0 00 to 000NW) NOn Q Ono ^ M V tntotonn 0 0r, m NM V v tl Ln ^ ^ N N N N N N N N O ^ N N N N M M M M M w 0 0 O N 00 0 0 n V 0 M O O N tO V 00 0 CO to N a Z tnn NMLo Nwr, r, w tnnN OO NMa N V ^ N N N N (V N N N N ^ N N N M M M M M M Q .� ` ZO zZ ,on 0 oo n M to V N 00 M 03 O 00 ^ 0 M N tD tD to N CO WM otnoN V tntonnoDm otnNtorn NM V torn ^a 04 Qw a � ^ CV N N N N N N N N N N M M M M M M Wa °aw O 0 tD N O ^ O n M N N O 0 n (O N O M V N 0 to .a W (1,o < q to M O M 't O n n 00 co 0 to M M n O N M V to to tO (],� (/] 0 z M ^ N N N N N N N N 04 M N N M M M M M M M F a ^ r M Q U y 0_ 0 0 00 d O 0 M O N 04 0 to ^ ( Mtn (o o ^ voo Nv n0w o F cr 10 04 co N N W) 04 04 e) M M M M z U) m o Dot o O 0 O W O 0) 0D to M to M O to O M W F O 0 M 00 M O N 00 v 0 W E-� W W to 0 n V to n 00 0) O) 0 0 V) W to O N 0 N V to � t0 n N N N N N N tM M N N N M M M M M M Q W G W Q C Z 000) 00 00 NM ^ tp NCOO � 000PI) N_ (O NM ^ 00 Mn Z O n to N N N N N M M P r Z N n ON M M M W) M M n K) V tO D O O O M n N (D to M 00040 O O Mt000UDM tANM ODOOO to to tD Oro tDntD tb00 M M M ^ M M M M M M M M 00000 ntO NtDO M OOMn MO to O) N V Ov ^ ON � MMMMt+Nj O ! tONMMMMMd ao of a t 0to 0N 0o n^ tN o M N o nN 0N) 0 o o 0O 0 0 .t M M M M a V a M o a_ Q a s m 0llwlooln 0V V V V OO N n V oAnoto N N "I"I It o ^ N M M M M M M ^ N M V V V '4t V V � r � W = 0 0 0 0 0 0 0 0 0 0 = 0000000000 r to O to o to o to o to r 000000000 ^ N N M M a 0 ^ N N M M V v z z t W W J J Z 3did 8313M1 3did 8313WV10 'NI St o D W a O O n N tO O M to n 0 0 0 t0 00 00 to N n to co 0n n CO co O 010000 0n co OO NNMMM to ^ ^ N to ^ NNNNNNN OOnMn V n0 N 0000OCq toO V 00 ^ a n n 00 tb 0 0 0 O N O v n O N (Y N N N N N N N Q C W om N 0M pn ui 0 00 0 M N N Q V N N N N N a ^ O N Q O OO V 0 0wON V to OONnnNNn d' n aQtn OJ n M 00 0 0 0 O N N M ^) N N N N N N N tV 0 M Q 1100 V n MnONtotOco V) 0. 00) V ONa0 a 007; 0 d�OO�I�I a 0 ^ tAMMM000000 a 0 ^ n NM to N V V NO 0 � �J M ^ ^ N N N N N Z M ^ ^ N N N N N N Z F-a La_ m N_ W 00 V 0to0Nton0OO W O0 v0nto ;d to0NtnO W-�d < W to o) M 10000000 ^ V) W 0ONONto Nv a Ntn VI Wm0 W � N ^ N N N N N N ^ N N N N N N N Q. Q Q. Q ^ ^ ^ W Q W F-Q F- 000) V to000_ M_ 000 V 0M n vn0 � WW Z O n ^ to tD N N N N N r Z N n M 00 N in N N N N N N r = W F- 0 r- = O W OF-0d Ooo) no norn ^ M V to ° 00) It DMr, 0W) N LLJ C14 C14 to to 0 M tD O O N N N N ^ 01 N N N N N N N N W �W F- O V n ^ V V 0 0 ( F- 0 0Lr) 0 to O V) Z 0 Z .C) N N N N OO O W (n U 0 0 to O to t0 U (V N 0 0 to O to O I-i F 8 )n to M: a- (n N to 0 N 0 N N N ry to N n M 00 N N N N N N (� N W Ld ^ W J 0 Z 00th M Ot0 ^ tD ^^ n n N N OO to4 ^ U �O � c,W n N N o D N n O M M M 0 0 J No NNNNN r _1JV)0M � (n Q QF- H � � r L� <L 2 0 0 0 0 0 0 0 0 0 0 2 0 0 0 0 0 0 0 0 0 0 r M O N O to O to O to r N O to O to O to O to 0 ^ (V N M t'M V V CO ^ N N M M V V z z J J 3did d313kNvIG NI 8 3did d313YVVlp 'NI Ol W 00 O O m W w U UQ O Z a w p- ° Y 0 (n m U 00 m z \ OZ n N o z N N w z V) X 3 0 CV CO r- W n A 4. o m W m In Q W � az z ao << U O O C) �_I U A —1 C14 X0 Ch °d �'a m w \ o z EW. W Q j � W n4i+- < (_) _ U< 1 Z a z y+1 z a O , �1 � 3 o W U 1J z In ; o � 0- < a O < 00 R9gc Ao �Ng82^d S o> m Oo o Q ri ,Q -=Nriro n 10 u N O N p NNN-m Y RoO..R 6O nrld'�10� Yn ° �.JRNNWrf. S°G nnn O c nY ... o a E€ O g g Yom•_ g 1 5 IN L 8 IE o RL'al �mm2iggi$ S° °�3 2 <IS o� R o ~m neP8h.78i8�u$'� a0 :0- 1 O 1 Px x Z s $ O OOR�°R Y." B O L O J 1 'i ERR O O I°N PPP L° a° A nor c 1 r vvvG V 'p C 81� nlh „1 P,I�0 ..0 b Z _ P ^N- mWMNONmo G L a V1 0." _.P C iO m = O J 1 1 1 1 y O nY1r NR1�D�Oh O.--N N �[p ou .; My Oz Q e Coen O;j~ O Y�; < > n„gLrc..r E� O O C 3 m • nW p *82. fmo� < L-�€ j Y V P t X a 0 bi O (vmpi0 q8„�O Y n'• V L E € ,PU C.iO c'u ci�16'�c1nv�19ina�c°i �� 3�V� Ng-�c�n Yu ° u gg O Y°0 111 oo O e r O ° nrlxl n NYfHSSSOR �_� 1()U pC� ,_Z�YVLL oe O L Y Y 1 P C Oa NNNNNNNNN °YaN GD O • a��a. y°j 00 0 f yS55 L ° P O ' n j E a Sfi$n Y� 056 $$Y W aPair.. o$ x u o o • o L'noo+R'v� $ icpoCpoCpo[phen.g o: FO°._ e ° L M1M IDmr.N•.•rrNN �NNNV1 = l.1 c1. -OO $o E O I r E w 1ih r E .0 5» $ E u 3 "1 E o Is»c�OC�o Ln < z o 1 in,w < IN 3 » • o • rla n = J O C' tl O m • e <I� r o O o � P n c. I� • E C 9 oo x ox x •_ ry L g N c E ° D c 1 » c c u E ” .ry s � Y E x J G L tl x Z- Gr •j [PYen � r uoSl u < .0t- ° 3 e" ° �c -ON S b E ` of ° oY » U b5°�D�iY a e5 .o c��' br°o E e w j o 0Y,ue°�C o .O5.c E`_'9ap a Lo .b S{�L c E"p�_L:-• z m 1 p o uo1` W N G O p OZ' � !V.02-,.o nO�tl �„ n OOOE • O�iLOV00 C7 LIN m j m J e C O C YOrD ._ .o$a� 7� .Ge r�oY tII Y • o ee°o ca°� Y�Euc o�oc>.-P E �j r o • °Y PD�fi v eac"us;b i0 i'S'a �I E»PEfi"`=e3i� S o $ e o -E s m u c ° a c r�5 =4•L uc•'-o Dc cS£a .o .Geoo-B-�O' .2 � 3- i Oo�or�°co Pa_no"?° a»m ooh H fi z u° ° � 'w0°Ort PUU �Orry�yY00o U r�,-o u 8 'p"LL'-Y"S�- �r-I�io32ih�°S� O E c E E g ° oP�d_ yFG 111111 11 1 0 '� a a_ 7��.L. c�1� `S VE E. u .L-n O�.S�Sv r n ♦ a��L;< 20 J - ry O m u p W x a W - Z ZCI v OZP ap 0o L)W: � _ am nc �Y o S < -� �QY �� o >- L c o w V i e o vo O �f�7 � Z wL -n Y o WL N 3 G Z — / v o /• sayo U4Joa pagJn4s!pun P sa0{aJDUOD u! 8 Lo ulda4 N o S008 atl � N "B ;O ajawo!p GG 6 2 D' z W v I + zpp mN cm aq,3 ;o aP!S 1v D L) a o w °V o u bu!moo I 84aJDU03 I v v u co 40 4003 O!qn) N o c n oo v N W m° ;o JagwnN N v ) c. m > w> I p .- p W c v _u a m saa Jbad a c > puag IDD!1JaA o - f5d m N N N N ♦ p' - I� aJns Sa Jd 4501 N N N O S sa4Du! - Ja4awD!a az!S ad!d _ - - - �m 7 N sagDu! / aLaJDUO7 u! o / ujJoa pagJn4s!pun w SP0a {o U4da0 - N Q3 / sayou! p ° ° L) i0 Ja4awo!o D u H laa} o o+ io N m N N1 m > c°'« agnJ Lo aD!S N 0 u �n Q N m• ;o lael D!qno m _ iv in O a, m V ♦ E CL u °o °o ' ° m saaJbao N ti L C N ° D > puag !DO14JdA i t D � c aJOssa Jd {Sal N N N N N N N $ o Bayou[ - Ja{awo!p m m o az!5 ad!d ikw r rn cn m Ln w CL o c m Q ° 0 v o' ° W o. 0 Z c INE O N o� d ` N O O cn in o 6 o 00 E c a a 5 c c rn �0 uD o ° Q G Ca 2 N ^ '.. - c c -So? _CIO 0 10 c a o:.. p c... a ..a 0 >' u y ay a a D:a c v In W rnu M .c u Wa W ] . o C ° n'do E a oo 0 o o o W o Qa°y u° N Q F < 0,o u n c m F- > co in z0a �"v aui Cc n '7 J m c a G J .Jy CO W- E dy W O .. N 3 0 d Q V W0' o ' oa � Da . 0 "E av >W nWa o C WO >a a 0 O4 Mo H^� Z00 OL L O W D ° 3- -0 CL NO a as ° W o u j Np, � C,2 ".°_' �' Q 71 �V L° °a °� La Q. CaiC O ` u °Na °N f� ♦ 4 a r -c O O a C O. Q .WW.y C Y ° ] 0- N N W.. 0 O° W y N u - O N p u d W e C O _ N a M 30 a yW O ] L T V L N CL,V U:2 "aN aC NO C O Wp0 OI J 00 o ` E C O W S y N c C ] C p H a 'cu 2o EC °v 0 W NN°a o O'J_D In FW a�U W 3 T 0 , E W 3 W 0 1 1 y v N' E 't E L)° aC° c c O a 0 . n0 D Vd OGT�. O 3 aoo ]'- a W O Op . °c W C C :-U V W CL W 0 V U W W Q C QN L G N U O> m Q} o c - Z Q' W: _N O - I m x x W O � c rn O N m c °' o w c w U N` 0 L c c c \ T ° J.0 N WI >.. D W N IN v 0 L .p '�a 1 Q Ci ' W O �'V(1~/ 3 Lo p� n a O 3 ] c ^ �T� W¢ a C a N m W a c w a W > W °D'- oE W NW a \\ L N \.QD c E > < '`n^ 'n i' v o < c n Ln ° o T _°W° y ^O-E O UN V) T ] \ Q W O D 1 0 1 'c`N L a W N n W a C W O \ 8.4�vi= rn 0NO� Enoo2 >,O�u0 a o H ='E "� low On c V4,V'� (nu ODL _cy O -E n a2 `�E� "O.�y WSO a.4. O C 10 Wa N a0 a < V W"5 z °1 2-U) �- von °� °u- Ln N 0 Wa n n n TN COQ N 0 Q 0 CN.V pn� 'co N O° Y v C N m V 0 SoO W Vy]'°N o n �3 n\\i n o 2" I "cN u W O Z C E a O N ?c a Q_,, I a < Cl 3 3 a L O 1 > C W 0 W EE- 0 In n o O OpO 0 ` ulnN a,c < 0 c_O aV N 0o LS c EN oS C O W Orl O\N I v u O\WD_.Ln°J•=yyi�o O Z y]O c ..Nry<�N N O O�a 0 ]- L O 1 c° C OO x\ V) u< c •a a a NN O(T Lo 0 E E , o 0 O wU . V)E cv O C T] on0 W ° me V aI0-0 N h�i n �\n 00 m W_ V aOW N I 0 UO n N_ aOtO„ z � \n Ln O g^W y]> cm- W V d C N O o O - O Z OO N� O O� �p ]�N W C� � O O O0 O OJ n O ° 0 MO -6 V) 0 0) n«O Q< On O 0°E ~ O U O N y n D V) O O < of 7 In (0 O) N .Q-� >� 0 _ a� E�W NW c Nta - aa �o °E c oV) _ pia D0 uL) 62< IoN � � N 0 0 0 o � o O N o 0 o 0 0 O O O O h n N N O o O O O d a n n n n N N N N N N N N N N n N d N a O N v t0 `00 O _a O �V V, .- N N n n Q O V) z m CL Li; V5 0 LLJ_ w o a- dw a a- x N z a 0.° z� w ao oQ cn ¢ o +rr L o w o m ' w d w + N Q (D Q4 �Q Z dw _ r Z I— 00 Q J fJ . 4 0 Jll=N > Q Q CO and - W O OQ w IL Q 0� Z Cl. dw D cn> W Q 0 oa o Li W = m W w m W J p Q D Z m Y 1� Z (n M (n J Q F- (n W Of C.7 W W W Q F ZO F- Q Z Y p Z O U) O O r O Q U m (n Q Z F- m w W Lj do O O Q~ Z w w W Q w� Z uj O pZ U � I=- af �W O> �N g C QF- QW QQ Q H N w M M Z _Z a i W Z p W W 0 W J W W 8 Z_ 'w �� � Q QQ ¢Q QQ e 1 Il Z > >U >� » J 0 N N 8 gi C W /y� N aw Q � G p aw w w w w p F-Lt)- >�� Z F 20� W �wp wQ Z Z ZZ?ZO OF=LLJ r �ZOF_ �HZ Z p JAZZ Qp x0� � QO W Z QOEw w 0 F-W W d F >�j X wZ m W Q Z Q N U W 0 Z m a W m Q WCr- w =F-Ww 0 Cl- 11ti1 JpZV wUM J Z �WmZ F-p W O >-Q E} Q W LLJ O¢ w > � <MU O x � .M Q Q w F o W N°mo o`��zo Ewa BWYI Q (/7 H W Z Lj w06W O0 W ZLLJ Z Q O WF-OOQ Z �J do LL Q Q QZZ�- 0:: x O Z _ Z d Z�xoa wNF- Q O __--- O O O W p -� Q u F= W Q J U Ln(If W�.m O Z 0 p tIr N J Q W Z F-W O Q X O�Z W O F-�3: Q orr r � .3 g ck T.== 000 2n Y ° p vaa rrr s C4 C4 C4 GO pre Mac r V aAp Of °s � Q �c a N Y f� U r a O UZ 0t p O -M pX VI W Z FW- ONE U, ar v"'4o a _�J rOJ aVIX NwQ wZ:2 LU J30 JWW N d v1 a OOa Nmz W F z\cn Zw� q Z J N �m tw ZU(r o o z m q a a UpZ OJ�m O ..a Hit„ C4 F 0 cc W 0Z ~<w� _,k, q F Q f- N WHm QZ N (F.] O X W Q ?� I WWw Wraa, WU 7d J- Z L_ omw 0 aQ S r Jp O W 2 2 + A. W 0 z V) u, G 4��'YG. S zyQ m6 W �A Z oov, aam, o o a ?' z QaZ UM J �( 71 ty C5 aV)° =r a a° `" 1J + 4 0 r a O mz� rOjx , ~ p Z YO w z JUV ZQLjJ Q 2: oara vmi p0 a v,ZQ QWaO _z m o �: a ompN `` Z a O a Z ° U J U Z 0 Q Ja J� O J Q cn }zu aNaaw am Li 3 } a m �Sa M<m5 Q N a ]rw� O�JOw W a to Q COMW r1W-w 1 N J W (nWJU v,amw = O Z F_ z W m o Y Z J r J 0 V V1 Omu,U QOaO a '� U QD rw- �r03 3:0& x a v d Z O W Z r a 0 p OZ ,-ZOW voa�p P o o V) U Cr Z -J-tm WLX+1 li �W U U Q Q Oao- mt OO `' ~ O Lj m � �N WpW W�ZJ U K ~ Z Uo V) LLJ D of z w j W2 N~ W N a Q W m W W Q W U U~�W \WJ 1=- V=1 N Cl. � Z � 111 _j a 0 a m U N a ZM I Z m O �- O U m U Z O N v d12�is JNIlNvld \ U w � w Q J tw M Q Z O W C�l z H N m Q Z V7 ZQ Z W }N Q Cl) d O Z M r- a x Z �Z Z} Z N z J LLJ Q Q O qO OO \ d W U Q J 1 xw� U d� V) ZO d N~ N x: Q W \Q\ W r F- W H H LO o M U x w Q w Y \ d Q Q Q Z w Q w < O a o + W 0 N U F- a� � ~a w - m Z O --- W ~—° z F- O N O Z_ 00 N � d 0 F- q Z Z q N v ---- Q 3 W r. W Q x O I F- Q Z W W Of J m x CY- af = Q 3 \ N \ W It \� QO U x \ N N \\ 00 a o F 0 14 Q H d z w a N w z W a m U o z0) LLJ > a AW a� 0 a w � w d a E- a s 0.o co w 0 E d Lo y Q U p , W H O F z x w Li p 2 O U } F— w Q m K i O Q (%J N w m O O z Q] cy � F ° f U 3 Q O Ld z �i N > 'ro � O � I I ° I I w I a z Q I I g I I I Z Q ui N d I I � Li I I z f w Q O w U U w CK Sao Nm p N_ 3 ui N = J m p J u) Q' w H Q Q p N N w U Q U J 2 N U U QnviD w- - It LO s N 1111 O o a- F d W W U1 O W F z-, x ¢ Q� a04 E- EW-F C H _a W ao oQ 3 Q�: < Ln Li z z w QU O 0 Z Li Li I Q � W ZLLI a Z O 4 + 0 w >+ � Q � Or 'Cr� yiw C) Aw U OOZ Y cn C WwU OUP M LL CD C 7 Cr Z � p U Of D O OLLJ a Q w = rr O a m Of Z)O UO � U U CL a � Z � O J W O W > o0U � 2 _ LnZ _ � :2 N W > D Q ~ Cr 0 Z n n Z z w O F- Of C) :2 V) O O > c 0O OD > w iLL' Cl- F o w V) � Q Q U J J J W U O Q > U Z ¢ w a O O Q LL, X U U cr N F- N Q Q W LLJ � W J Z S) Z w Q (D N Z Z Q w Y Q w l I � Q Z O N = w N Q Q V) w C7 W J N o 3 Q (,.W Z Z(n Z LLJ es O F- W O U ow LJ M F- (n W o S ti w F- -� W (n O Z Q J w N F- O Z (n w oo N O U VN1 W W \ Q W Z W W 0OV w O m J Q (n Z Q Q Of CL r � N Q O Z O D Z n Z w ZO a zdo � UF- it w Oww Q. of z (n 0 D Z m Q F, N w z U W O m = cr O w w O U z_ pa O d W 0- Y J U W W z d o U � z a 04 V) E- O (,_ w - � cx (N/) L W L> EW-F o Z rn Q 2z OJ � m CL E W Aw a. N UID U DQ WmOp LLJ W U E-� as a UIL d O° z °04 z Q - ryO d x a Q d � �' * (D cn U w U a ry a w °x = a Q a U ::- - Er- �l yl w 3 U-) z_ J ♦ o Ln N z_ a a z } � m m af z N Ow Q z x >U J z Li z U d N W w o co LL- L- z(L w 00 ' < U J W w U C.) Q � LL- W w w ,40 z O mi w (n z � � �— z ° Q z _ F- Q Lnz D V) N In. 0 Q O 1_ U) � z N 1 :2 O � z ° if Cf O LL. as U 0 O cD W m m O cn 2 cn Q O Q 0 0 Q N U U U * O W N Li.J cn wr w GEO—TECHNICAL RECOMMENDATION iw aw „w Golder Associates Inc. 18300 NE Union Hill Road,Suite 200 Golder Redmond,WA 98052-3333 — Telephone(425)883-0777 - • ON Fax(425)882-5498 �SSUC7ateS REPORT .. ON aw SITE EXPLORATION RESULTS AND GEOTECHNICAL RECOMMENDATIONS ow EAST VALLEY LIFT STATION REPLACEMENT PROJECT RENTON,WASHINGTON ar a o Prepared for: CITY OF RENTON W. Renton,Washington Submitted by: Golder Associates Inc. ■' Seattle,Washington � Aaron Fox,Project Geolo rew J.Walker,P. Eng Ass ate Engineer T obert L.P WASIf Prin al C) : .,. July 2,2002 023-1102.000 t 0702awl.doc ��SION?.L 2 M OFFICES ACROSS ASIA,AUSTRALASIA,EUROPE,NORTH AMERICA,SOUTH AMERICA July 2,2002 i 023-1102.000 TABLE OF CONTENTS Page No. 1. PROJECT AND SITE DESCRIPTION 1 2. FIELD INVESTIGATION 2 3. GEOLOGIC CONDITIONS 3 3.1. Subsurface Stratigraphy 3 3.2. Groundwater 4 3.2.1. General 4 3.2.2. Hydraulic Conductivity 5 3.3. Site Seismic Hazards 5 4. ENGINEERING RECOMMENDATIONS 7 4.1. General 7 4.2. Excavation 7 so 4.2.1. Wet Well 7 1.1.1. Dry Valve Vault 8 4.2.2. 8 4.3. Settlement Assessment 8 4.3.1. Wet Well 8 4.3.2. Dry Valve Vault 9 4.4. Temporary Ground Support 10 4.4.1. Wet Well 10 4.4.2. Dry Valve Vault 11 4.5. Design Earth Pressures 11 4.6. Ground Movements 12 4.7. Liquefaction Assessment 12 .fit 4.8. Subgrade and Backfilling 14 4.9. Construction Monitoring 14 5. USE OF THIS REPORT 15 6. REFERENCES 16 LIST OF FIGURES Figure 1 Site Location Figure 2 Borehole Location Plan Figure 3 Lateral Earth Pressures for Strut Loads Figure 4 Lateral Earth Pressure Distribution for Permanent Shaft and Temporary Support with Single Strut Level Figure 5 Liquefaction Assessment Results APPENDICES Appendix A Record of Boreholes ► Appendix B Laboratory Test Results Golder Associates July 2,2002 4- 023-1102.000 1. PROJECT AND SITE DESCRIPTION Golder Associates,Inc.,is pleased to present the results of our geotechnical investigation for the proposed East Valley Lift Station project in Renton,Washington. We have .r completed the scope of work outlined in our formal proposal,dated February 26,2002. Our scope of work included the drilling of three geotechnical borings to an approximate aw depth of 60 feet below existing ground surface,the installation of a single 2"diameter well in one of the borings,slug testing to estimate soil permeability for dewatering purposes,and the preparation of this report. .W This project consists of the replacement of an existing sanitary sewer lift station,near the corner of SW M'Street and East Valley Road,in Renton. A new 12-foot diameter wet r well will be installed at a depth of approximately 30 feet below ground surface,replacing the existing sewer lift station. In addition,a dry valve vault measuring 15 feet 7 inches by 10 feet will be installed at a depth of about 10 feet. We understand that there are five "W proposed locations for the new lift station,and a decision regarding which one to use has not yet been made. A preliminary layout of the lift station was provided to us by RH2 Engineers on June 19,2002. aw The project site is located near the eastern edge of the Green River valley,approximately a quarter-mile west of State Route 167. Figure 1 illustrates the location of the project site 40 with respect to major local features. Existing geologic maps show the site underlain by Quaternary-age alluvium(Qaw)deposited by the Green River. The alluvium consists primarily of sand,silt and clay. Isolated lenses of peat and areas of coarse-grained sand ow are occasionally encountered. Groundwater levels are traditionally quite high; water within 5 to 15 feet of the ground surface is common. �wr aw. Golder Associates July 2,2002 -2- 023-1102.000 2. FIELD INVESTIGATION Our field investigation was conducted from Monday,May 21,2001,to Wednesday, May 23,2002,and consisted of three geotechnical borings,with BH-3 completed as a 2" diameter well. All borings were drilled to approximately 60 feet below existing ground surface. Proposed lift station sites#4,and #1 were drilled,see Figure 2. Due to access constraints,boring 1 intended for Alternative 5,had to be located some 50 feet to the south on SW 34'street. Holt Drilling,of Puyallup,Washington,performed the drilling using a truck-mounted B- 59 drill rig turning 4.25"inner-diameter hollow-stem augers. All drilling and sampling operations were conducted in accordance with GAI Technical Procedure TP-1.2-5, "Drilling,Sampling,and Logging of Soils." Standard Penetration Tests(SPTs)were performed at 5-foot intervals,using a 2"outer-diameter split-spoon sampler,driven by an automatic-trip 140-1b hammer falling a distance of 30 inches,in accordance with ASTM D-1586. All samples were placed in plastic jars,and returned to our laboratory for further examination. The soil samples were classified in accordance with GAI Technical Procedure TP-1.2-6,"Field Identification of Soil",which is summarized on the Soil Description Index presented in Appendix A. A geologist from our firm examined and logged the soil conditions from the borings. Summary records for all borings are presented in Appendix A and laboratory test results in Appendix B. Pertinent information,including depths,stratigraphy,soil engineering characteristics,and groundwater occurrence,were recorded. The stratification depths indicated on the summary logs represent the approximate boundaries between soil types. The soil and groundwater conditions were those recorded at the time of drilling, and may not necessarily represent those at other times and locations. The borings were backfilled with a mixture of bentonite chips and cuttings to the surface. Holt Drilling hauled all remaining cuttings off-site in 55-gallon drums. Borehole 3 was completed as a 2"outer-diameter well,with a 10-foot-long machine- slotted screen. The well is screened from 41.5 to 51.5 feet below ground surface,and is seated in the lower silty sand deposits. This well was used to complete a single falling- head slug test on Wednesday,May 23. The slug test was conducted by rapidly introducing an approximate 4-gallon slug of water into the well from a funnel attached to the top of the piezometer. The subsequent water level decline was monitored using a pressure transducer and data logger set to record measurements at a time interval of 100 + r milliseconds. Three grain-size analyses(ASTM D1140-54)and 3 moisture content analyses (ASTM D2216-90)were performed on selected samples from the drilling programs. The results are presented in Appendix B. e Golder Associates July 2, 2002 -3- 023-1102.000 3. GEOLOGIC CONDITIONS 3.1. Subsurface Stratigraphy In general,the project site is underlain by an interbedded alluvial sequence of silt,clayey silt,silty sand,and clean sand. Beginning at approximately 30 feet below ground surface,the alluvium grades to predominantly loose silty fine sand,with scattered thin "• interbeds of clean medium to fine sand. The soils represent a relatively low-energy depositional environment,punctuated by occasional flood deposits. Some minor fossil im remains(clam shell fragments)were observed in the lower silty sand units. Note that where an N-value of 0 is recorded on the borehole records,we consider this to be indicative of drilling disturbance caused by stress relief and/or upward seepage. TABLE 1 Soil Conditions Soil Type Boring#1 Boring#2 Boring#3 (depth in feet BGS) (depth in feet BGS) (depth in feet BGS) Fill 0.25-6.0 0.75-11.0 0.5-10.0 Interbedded Sand and 6.0-30.0 11.0-25.0 10.0-25.0 Fine-grained soils ,. Clean Sand 38.3-38.8 25.0-31.0 25.0-31.0 35.5—43.0(interbed) Lower Silty Sand 30.0-59.0 31.0-59.0 31.0-59.0 aw Organic-rich Soils Not Encountered 5.0-11.0 Not Encountered Fill 1W Table 1 describes the subsurface stratigraphy observed in the boreholes. In general, soil conditions were relatively constant between the three borings. Specific descriptions of me the soils encountered are presented below: • FILL:The fill soils encountered on site ranged from poorly graded sand,with a little to some silt and gravel,to clayey silt,with little fine sand and a trace to little "" organics. In general,fill soils were in the very loose to loose range,with N-values between 0 and 9. The clayey silt fractions were slightly plastic. In general,the sand fill overlies the finer-grained soils; No • INTERBEDDED SAND AND FINE GRAINED SOILS: These soils represent the typical river valley alluvial sequence,and consist of the following: we 1. Very loose to compact,occasionally laminated with silt stringers,medium to fine silty sand,with a trace of organics. Typically saturated and dilatent,with a trace of wood debris(SM). r •. ,W Golder Associates July 2,2002 -4- 023-1102.000 2. Very loose to loose,silt to soft clayey silt,with a trace to a little fine sand, and occasional organics(ML to CL-ML). 3. Loose,crudely stratified with occasional cross bedding and downward- fining sequences,coarse to fine clean sand,with occasional woody debris (SP to SW). 4. These soils are generally very loose to compact,with N-values ranging from 0 to 18. In general,however,N-values are below 10. , • CLEAN SAND:These soils are observed as interbeds within both the lower silty sands and the upper alluvial sequence. They consist of dark gray to black, medium to fine sand. There is generally a trace of silt,and both shell fragments and small woody debris are scattered throughout. N-values range from 10 to 20 blows,and the soils are generally saturated. Downwards-fining graded beds are visible,as well as occasional cross-bedding; • LOWER SILTY SAND: This unit was observed at depth(generally beginning at roughly 30 feet below existing ground surface)in all three borings. It consists of well-graded silty fine sand,with little shell fragments and isolated woody debris. It is generally dilatent when disturbed,and is always saturated. N-values range from 0 to 13,but are generally below 10 blows per foot,and • ORGANIC-RICH SOILS: Within the fill,a layer of moderately plastic soft organic-rich silty clay fill was observed in Boring 2,at a depth of 5 feet below ground surface. It contained a little scattered fine sand,and abundant organics both in matrix and in thin irregular layers. N-values were one blow for 21 inches. This unit may represent old topsoil used as backfill when the original sanitary sewer line was installed. 3.2. Groundwater " 3.2.1. General The top of the groundwater based on observations were estimated to range from 10 to 17 feet below ground surface. Due to the uncertainties in these observations,it is likely that the depth to the groundwater table is on the order of 10 feet with the 17 foot ` observations likely being misleading. The piezometer in Borehole 3 sealed at a depth interval of about 40 to 50 feet in a silty fine sand zone indicated a static water level of approximately 7.4 feet below the existing ground surface. Several potential aquitards (zones of silt to silty clay)were observed;however,none were thicker than 5 feet, and there appeared to be hydraulic communication between the layers. The estimated top of the groundwater surface and the groundwater level at depth imply a slight upward hydraulic gradient. w Golder Associates July 2,2002 -5- 023-1102.000 OW 3.2.2. Hydraulic Conductivity A single slug tests was used to estimate the hydraulic conductivity of the aquifer in the vicinity of the piezometer sealed in a silty fine sand zone. Some slight spillover into the +� well annular space was noted; this resulted in a slow introduction of water after the initial slug. However,due to the relatively low hydraulic conductivity of the surrounding soil,adequate data was still obtained. To compensate for the addition of the extra water,three separate analyses were nm on the slug test data,based on the following assumptions: • Case #1:The slug test data was analyzed as recorded.No changes were made. • Case #2: The peak water pressure point was selected as the time where water is no longer flowing into the well from the annular space between the surface a' monument seal and the well pipe. • Case #3: The erroneous data created by the influx of water from the annular space is removed, and a straight-line average inserted between the maximum water pressure recorded and the peak point selected in Case #2. The results of the slug test analysis are summarized in Table 2 and are included in Appendix C. In general,all three analyses indicated hydraulic conductivities within an order of magnitude of each other. OW TABLE 2 go Estimated Soil Hydraulic Parameters:Borehole 3 Well ID Screened Interval Analysis Transmissivity Hydraulic Conductivity 00 (depth in feet) Case (feet2/day) (feet/day) BH-3 41.5-51.5 Case #1 6.9 x 10-1 4.3 x 10-2 BH-3 41.5-51.5 Case #2 5.2 x 10-1 3.2 x 10-2 BH-3 41.5-51.5 Case #3 7.6 x 10-1 4.8 x 10-2 Thus the results imply an hydraulic conductivity on the order of 4x 10-2 feet per day(1.4 x 10"cm/sec)which is appropriate for a fine silty sand. The cleaner sand zones encountered in the borings likely have a hydraulic conductivity on the order of 1 to 0.1 feet per day(10'3 to 10'cm/sec). wr 3.3. Site Seismic Hazards The project site lies within the floodplain of the Green River,and is underlain by loose, ww saturated alluvial deposits. The Washington State Department of Natural Resources (Palmer, 1992)has classified the site as lying within a Category 1 area,which is ow considered to be highly susceptible to earthquake-induced liquefaction. These maps 4W Golder Associates July 2,2002 -6- 023-1102.000 assume a design earthquake of approximately Magnitude 7.3,located at a depth between 40 to 50 miles along the Juan de Fuca subduction zone. +r Based on current design standards the design seismic event has a 10% probability of occurring in 50 years. Therefore,the design peak acceleration was taken as 0.3g based on the current USGS seismic hazard maps. For assessment purposes the earthquake was assumed to be Magnitude 7.5. err err Golder Associates aw July 2,2002 -7- 023-1102.000 4. ENGINEERING RECOMMENDATIONS 4M 4.1. General This section of the report provides our interpretation of the factual geotechnical data obtained during the current investigation. The recommendations provided are intended dw for the guidance of the design engineers and are intended for this project only. The data may not be sufficient for construction and where comments are made on construction, they are provided only to highlight aspects of construction,which could affect the design of the project. Contractors bidding on or undertaking the works must make their own interpretation of the subsurface information provided as it affects their proposed construction methods,costs,equipment selection,scheduling,safety and the like. We understand that the proposed construction will consist of a 12 ft diameter wet well and a dry valve vault to replace an existing station near the intersection of East Valley sw Road and SW 34'Street in Renton. We understand that the new lift station will be installed to a depth of about 30 feet below ground surface. ow The primary issues to be considered for this project include temporary works, groundwater control,settlements during construction and liquefaction. "" 4.2. Excavation All excavations should be carried out in accordance with OSHA requirements. The soils 'w at the site may be classified as Type C according to the OSHA definitions. 4.2.1. Wet Well 1. Based on the borehole data the excavation for the lift station will be made through about 6 to 11 ft of fill varying from loose silty sand to very soft clayey silt and 15 to 20 ft of to alluvium. The alluvium generally varies from a very loose to compact sand to silty sand and silt. In addition,a very soft clayey silt deposit was encountered at a depth of about 26 to 30 ft in Borehole 1,which coincides with the proposed bearing depth of the lift aw station. At a depth of 26 ft below ground surface,the deposit encountered in Boreholes 2 and 3 consists of a compact sand trace silt. The SPT'N"values being slightly higher for the founding depth at the location of Borehole 3(20 compared to 14). r The presence of a soft cohesive deposit and very loose sand at the bearing level in Borehole 1 creates the potential for increased construction settlements and for adversely affecting dewatering operations. Due to the lack of either lateral or vertical continuity in the soil layers,the occurrence of this layer in Borehole 1 does not necessary indicate that it would occur at either Sites 3,or 5 which are located 50 to 80 feet from the boring. Conversely,the fact that the soft clayey silt zone did not occur in Borehole 2 does not mean it could not occur at Site 4(60 feet away). If either Sites 2,3 or 5 are selected as the preferred site,we recommend that a Piezo cone penetration test(CPT)is carried out at the site location in order to help identify if the soft clayey silt deposit encountered present in Borehole 1 is present. ow Golder Associates July 2,2002 -8- 023-1102.000 The wet well foundation would be underlain by 1 to 2 feet of compact sand to silty sand and very loose sand,becoming compact with depth,sand to silty sand,if constructed at the location of Borehole 2 or 3. We recommend that a design water level depth of 10 ft below ground surface be utilized for this site. 4.2.2. Dry Valve Vault The bearing depth for the dry valve vault is about 10 feet below ground surface. Based on the borehole data,the excavation will be made through 5 to 6 feet of loose sand fill and 4 to 5 feet of very loose silt,at the location of Borehole 1,ranging to very soft,organic silty clay fill at the location of Borehole 2. The borehole data indicates that the bearing level for the vault may be within a very soft organic fill deposit. We recommend that any organic/cohesive deposit be over excavated and replaced with crushed rock. The over excavation should extend the excavation into a loose to very loose silt/sand deposit encountered at a depth of about 10 to 13 feet below ground surface. This depth is likely to vary. A design water level depth of 10 feet should also be utilized for the vault. 4.3. Settlement Assessment 4.3.1. Wet Well At Sites 1 and 4 the lift station will be founded in compact sand,trace silt. Based on an estimate of the structures weight(provided by FM),the bearing pressure of the station, will not exceed the existing effective stress at the founding level. However,the act of making the excavation and the need to produce a dewatered excavation will create a condition where settlement will occur during construction and filling of the station. An analysis of the settlement of the structure has been made using the commercially available program UrIISETTLE(0.0).The compressibility parameters are based on the consistency data obtained from the SPT blow count data and our interpretation of when "disturbed"or unusually low blow counts occurred. A temporary works shaft diameter of 18 ft was assumed. The following is an assumed construction sequence: • Installation of temporary shoring to support excavation and act as a cut-off to groundwater flow; • Excavation of soil and dewatering—the excavation will induce minor heave of the excavation base (caused by stress relief)which will occur during the excavation phase and is normally not measurable. The effect of dewatering will be to increase the effective stress and counteract,to some extent,the base heave; Golder Associates July 2,2002 -9- 023-1102.000 aw • Construction of lift station and backfilling —settlement of up to about 1 to 2 inches is likely to occur at this stage. This estimate assumes that the seepage cut- off is functioning effectively and that good construction practices are being followed. The majority of the settlement should occur during the time period of •• construction as the pressure at the founding level increases; • Removal of temporary support—depending on the nature of the temporary support some level of settlement will be induced. For example if sheet piles are used and then removed the vibratory action of removal,based on our experience, could create settlements of up to 1 to 2 inches. If ground freezing were used then aw we would anticipate very little additional settlement when the refrigeration units are turned off and the freeze pipes removed. The contractor should consider this aspect carefully when he is selecting a temporary shoring system; +• • Groundwater control ends-water level inside temporary support returns to normal level. Theoretically some heave should occur as effective stresses are reduced,however,based on our experience this is likely to be negligible,and OW • Filling of structure with wastewater—additional settlement of up to about 0.25 inches will occur. In order to minimize damage caused by differential movement between incoming piping and the lift station flexible joints could be provided(also useful for minimizing damage +� after a seismic event)or the connections finalized after construction is complete. 4.3.2. Dry Valve Vault The dry valve vault is likely to be founded on 1 to 2 feet of crushed rock fill and loose to very loose silty sand to sand. Based on an estimate of the structure's weight provided by �r RH2,the bearing pressure of the vault will not exceed the existing effective stress at the founding level. However,settlement will occur during construction of the vault and on OW removal of the temporary support system. The design water level is at the same level as the proposed foundation. It is anticipated that groundwater control can be provided by properly filtered sump pumps operating within the excavation. to The analysis was carried out as described above in section 4.3.1. A settlement of 0.5 to 1.0 inches was calculated to occur during construction of the vault. Removal of temporary AW sheeting would,based on experience,produce an additional 0.5 to 1.0 inches of settlement. Note the settlement due to sheeting removal is dependent on the embedment depth of the sheeting. For example,if a braced excavation were used,the r embedment depth would be lower than an unbraced system relying on embedment for cantilever support. AW Golder Associates July 2,2002 -10- 023-1102.000 4.4. Temporary Ground Support 4.4.1. Wet Well The proposed lift station will require a temporary access shaft to construct. The contractor should make the selection of the support system. Retaining systems include, interlocking steel sheet piles,slurry/diaphragm walls,contiguous drilled shafts(secant piles)and ground freezing. Alternatively a rigid caisson could be sunk. Due to the depth of the excavation it will likely be necessary to support the deep shoring system using struts or ring beams. We consider that the most reasonable form of support would be a watertight system. The system could be either extended to sufficient depth below the bearing level to control upward water flow or include an impervious plug placed under water. The base plug could be formed using tremie placed concrete,by jet grouting or a soil mixing system (soilcrete). The cost of a watertight sheet pile will be significantly less than a secant pile or diaphragm wall or ground freezing. However,if the contractor could incorporate the secant pile wall or diaphragm wall into the permanent structure then these options would become more cost effective. The sheet pile wall or ground freezing system should be extended to sufficient depth to enable dewatering inside the shaft without upward seepage causing a piping condition. A preliminary assessment of this embedment depth indicates that,for a factor of safety of 1.5 against a piping failure,the embedment depth,assuming an 18 ft diameter temporary excavation,would be extended to about 20 ft below lower excavated depth level or to a depth of about 50 ft. Some flow would occur into the excavation and some lowering of the groundwater level around the shaft could occur. This lowering could induce settlement. However,a recharge well system can be designed to maintain a stable external groundwater level. The other support systems utilize more expensive wall systems and therefore would likely employ a method where,following wall installation and excavation,a base plug is constructed to cutoff upward seepage. The plug would be designed to withstand the upward hydrostatic force. This plug would also be watertight and therefore the surrounding groundwater level should not be affected. The contractor should anticipate that large gravel to cobble sizes will be encountered in the alluvial deposits. In addition,although no boulder sizes were encountered in the boreholes,it is possible that the occasional boulder could also be encountered. The future connections to the lift station should also be considered when the contractor is selecting a shoring system. We understand that at least one connection to the wet well will be made at a depth of about 16 feet below ground surface,or about 6 feet below the groundwater level. Sheet piling could again be used for temporary support. The length of the sheet piles(embedment depth)should be determined to ensure a minimum factor of safety of 1.5 against piping. The length of the trench should be established in order to increase the seepage path into the excavation and minimize the draw down effect of pumping from within the excavation. The design of the temporary works should be wr Golder Associates July 2, 2002 -11- 023-1102.000 reviewed to ensure that the impact on the groundwater level is acceptable. Settlement Ow criteria could also be provided to the contractor. Note that,a specialist-dewatering contractor should carry out the design of any .w dewatering well or recharge system. In general the water level should be drawn down to at least 2 ft below the excavation base. The final contract should include acceptable limits of drawdown external to the shaft. OW Ow 4.4.2. Dry Valve Vault The valve vault could be constructed in a temporary open cut if sufficient space is available. The temporary slopes would be the responsibility of the contractor,but we recommend a minimum slope of 1.5H:1V. If space is not available,a temporary support system would be required. Retaining systems include interlocking steel sheet piles and aw trench boxes. As noted above,dewatering of the excavation could be carried out from properly filtered aw sumps placed within the excavation,and used to draw down the water level at least 1 foot below the proposed excavation based level. 4.5. Design Earth Pressures The temporary works should be designed to withstand the lateral earth pressures shown in Figures 3 and 4. Figure 3 provides the design lateral earth pressure to be used for determining strut loads in an excavation with multiple strut levels. The lateral earth pressure is a combination of soil,water and surcharge pressures. The surcharge pressure shown on the figure is a recommended minimum,the contractor,based on the actual equipment that is proposed for construction,should confirm the surcharge pressure. The design of temporary support that uses only a single strut row/support level should "'' use Figure 4 and an active earth pressure coefficient(Ka)of 0.36. The design of the manhole should be checked using the lateral earth pressures shown in Figure 4 and an at-rest earth pressure coefficient(Ko)of 0.54. w. The passive earth pressure below the base of the excavation should be calculated using a passive earth pressure coefficient(Kp)of 3.8 and a standard triangular earth pressure OW distribution and effective stress procedures. Note that this value does not include a factor of safety. We recommend that a minimum factor of safety of 2 be used. The passive pressure should be calculated ignoring the upper 2 ft of soil to account for construction disturbance. The pore pressure distribution below the base of the excavation and within the shaft will be non-hydrostatic for temporary support walls that use embedment depth to control upward seepage. For preliminary purposes the pore VW pressure distribution may be assumed to vary linearly from full external hydrostatic pressure at the embedment depth to zero at the base level. aw Golder Associates July 2,2002 -12- 023-1102.000 4.6. Ground Movements At the lift station site,inward horizontal deformation and vertical settlement of the adjacent ground will occur primarily as a result of deflection of the ground support system and groundwater draw down. Vibratory installation of piles can also cause settlement during the installation phase. The ground movements induced could affect adjacent buildings,underground utilities or utility poles. Once the final site for the lift station has been determined,the location of utilities in the vicinity of the excavation should be determined. A movement tolerance for each utility should be established which takes into account the utility type,its age,jointing details, and consequence of failure. This tolerance should be established by the owner of the utility. These tolerances should be provided to the contractor. A monitoring scheme should be provided by the contractor using the movement tolerances as a response level. rwi Typically,if a response level is reached,the affected utility line would be investigated to determine if any damage has occurred. If damage to the utility line has occurred,then repair and temporary support may be required. It is important to carry out baseline surveys of all buildings and utility lines that could be affected by the construction. This information could be collected by the City or be included as part of the construction contract. The assessment of lateral deflections and settlements due to the installation,excavation and removal of a shoring system is dependent on a number of factors including: 'o stiffness of installed system,contractor's experience,soil-structure interaction and groundwater draw down effects. However a typical braced excavation installed with reasonable care should induce ground settlement adjacent to the excavation of no more than about 0.2 to 0.5% of the excavation's depth. This implies that for the wet well,a settlement of about 1 to 2 inches should be expected. This settlement decreases as the distance from the shoring wall increases. If required,we could carry out a more detailed settlement estimate once the site has been selected. This would enable potential problems with utilities or buildings to be identified prior to contract tendering.. 4.7. Liquefaction Assessment The potential for soil liquefaction at the site was evaluated. Liquefaction refers to the temporary loss of soil shear strength due to increased pore water pressure,and a corresponding decrease in effective stress. This condition can develop in cohesionless soils subjected to cyclic loading. The main consequences of liquefaction are settlement, loss of foundation support and lateral spreading. The settlement which occurs can induce down drag loads and induce differential settlements in piping systems. Several methods exist for the evaluation of liquefaction potential;however the most frequently used involve empirical correlations developed by Seed et al(1971, 1983). This method involves calculation of the earthquake induced cyclic shear stress and comparison with the liquefaction or cyclic resistance derived from in-situ testing. If the Golder Associates July 2,2002 -13- 023-1102.000 m induced cyclic shear stress is greater than the cyclic resistance then the analysis indicates that liquefaction is likely to occur. The induced cyclic shear stress was calculated using the simplified procedure of Seed �. and Idriss(1971)using the design peak surface acceleration. It should be noted that the peak accelerations provided by USGS are for rock sites and amplification due to specific soil conditions at a site can only be calculated using a ground response analysis. �•• However,a ground response analysis is typically only worthwhile if a simplified assessment does not indicate a clear result. w The liquefaction or cyclic resistance was calculated using the NCEER procedure described in"Proceedings of the NCEER Workshop on Evaluation of Liquefaction Resistance of Soils"held in Salt Lake City,January 1996. The procedure utilizes several +w corrections to the recorded SPT blow counts(N),including vertical effective stress, hammer energy,rod lengths and fines contents,to develop a N16ft which is then correlated with liquefaction resistance. The liquefaction resistance or cyclic resistance .. ratio can then be compared with the induced cyclic stress ratio. The results of the liquefaction assessment are shown in Figure 5. The figure shows the ow induced stress ratio from the Magnitude 7.5 event for two peak accelerations,0.15 g and 0.3 g,and the liquefaction resistance for each SPT value where a cohesionless sample was retrieved. Clay samples are considered to be non-liquefiable. The results indicate that, to for a surface acceleration of 0.3 g,general liquefaction of the saturated granular deposits is likely to occur. Even with the reduced acceleration of 0.15 g liquefaction is predicated to occur from about 10 to 20 ft and from about 30 to 40 ft below ground surface. An assessment of the post liquefaction settlement was carried out according to the method described by Tokimatsu and Seed(1987). The analysis indicated that the design ' seismic event could induce around 2 feet of settlement. Based on experience we consider that this prediction is conservative and a lower settlement of 1 to 1.5 feet is more likely to occur. The very loose zones of granular deposits that were encountered in the borehole investigation significantly influence the estimate of settlement. It is possible that due to drilling disturbance that these zones are not as loose as predicated by the investigation. If a more accurate determination of in-situ density,and therefore liquefaction 1W response/settlement,is required we would recommend carrying out piezo-cone penetration testing(CPT)at the site. However,we consider that the CPT would very likely indicate the same level of liquefaction but the level of settlement may be reduced O" to less than 12 ins. The effect of liquefaction would be to cause the lift station to settle after the design w seismic event. It is also possible that connecting pipelines could be subjected to uplift pressures that exaggerate differential movements. During the 1965 earthquake, liquefaction occurred causing flotation and rupture of a major Metro trunk sewer in `■ Renton. The lift station itself is likely to settle uniformly and would not experience significant damage. However,the sewer pipe connections to the lift station would settle at the same time but depending on the depth of the connection and inherent ground ""` variability it is likely that differential displacement would occur. This differential VW aw Golder Associates July 2,2002 -14 023-1102.000 movement could lead to cracking and potentially a failure of the connection. It is also possible that flotation of the station could occur during the seismic event and cause differential movement. In general,reduction of the liquefaction risk would involve some method of improving liquefaction resistance by increasing relative density or providing structural support. A number of methods are available including dynamic compaction,vibro-compaction, stone columns,and use of a deep foundation system. These types of ground improvement would reduce the settlement of the lift station but would not improve the performance of the sewer pipes connecting to the lift station. In fact the lift station would become a"hard point"and the differential settlement between the station and the sewer pipes would increase. Therefore,unless the incoming sewer lines were also supported on improved ground or piles,then better performance would be obtained by not carrying out ground improvement. We recommend that the City evaluate the above options with respect to their current seismic hazard policies. 4.8. Subgrade and Backfilling Although the net stress change on the soils below the lift station will be small or even negative,the subgrade must be adequate to support the construction activities and temporary lading conditions prior to backfilling. The extent of any subgrade improvement will depend on the conditions encountered at the time of construction. The contract should have provisions for some over-excavation,placement of a heavy woven geotextile fabric layer,and/or placement of a sand and gravel working mat. For budgeting purposes an 8-inch layer of sand and gravel underlain by a geotextile layer can be assumed. We recommend the use of a woven separator fabric such as a Mirafi 1000X. Backfilling around the lift station will be required. We consider that,in general excavated material that is cohesionless and free of organic matter can be reused as backfill. The material that is reused should be approved by a geotechnical engineer and compacted to a minimum of 90 percent modified Proctor(ASTM D-1557)maximum dry density. The loose lift thickness should not exceed 12 inches. 4.9. Construction Monitoring An experienced geotechnical field engineer or geologist should be retained to monitor critical aspects of the project. This should include pile installation,shoring installation, subgrade inspection and backfilling. A geotechnical engineer should review the to contractors proposed excavation,shoring,and dewatering schemes. In addition,a pre-construction survey of nearby structures and utilities should be carried out. We recommend that a groundwater level drawdown limit and provision of settlement monitoring should be included in the contract. Golder Associates .. July 2,2002 -15- 023-1102.000 5. USE OF THIS REPORT This report is for the exclusive use of the City of Renton, and their consultants,for specific application to the sites described above. ow This exploration program was performed in general accordance with locally accepted geotechnical engineering practice to provide information for the area explored. There are possible variations away from the exploration sites and in groundwater conditions with time. We recommend including a contingency in the budget for unanticipated conditions. 0 ow at MW 60 of +.r 9M rr Golder Associates July 2,2002 -16- 023-1102.000 6. REFERENCES Freeze,R.A.,and Cherry,J.A.,"Groundwater",Prentice Hall Publishing Englewood Cliffs,New Jersey, 1979 Mullineaux,D.R.,"Geologic Map of the Renton Quadrangle,King County, Washington",U.S.Geological Survey Geologic Quadrangle Map GQ-405,1965 Palmer,S.R.,"Preliminary Maps of Liquefaction Susceptibility for the Renton and Auburn Quadrangles,Washington",Washington Division of Geology and Earth Resources Open File Report 92-7,July 1992. Seed,H.B. and Idriss,I.M.,(1971)."Simplified Procedure for Evaluating Soil Liquefaction Potential,"Journal of the Soil Mechanics and Foundation Engineering Division, ASCE,Vol.107,No.SM9,pp.1249-1274. Seed,H.B.,Idriss,I.M.and Arango,I.(1983)."Evaluation of Liquefaction Potential using Field Performance Data,"Journal of Geotechnical Engineering,ASCE,Vo1.109, No.3,pp.458-482. Tokimatsu,K. and Seed,H.B. (1987)."Evaluation of Settlements in Sand due to Earthquake Shaking,"Journal of Geotechnical Engineering,ASCE,Vol.113,No.8, PP•861-878. 0628aw4.doc Golder Associates .W Ow wr *W FIGURES 1w o go fm Ow Ow w tap .. Golder Associates R,. 4,14 p; M I MIX N3�Y -Mmll nt Tv W5 Vl i"," . jp , "�l� . llk�� A N 10 A 4,k L, n ?;M R All" Wl8 Y 5n All ®- � !�^, 1 .6y?p'.�t -`�. �'1 t �.-�e�L. �-?.�+-f�t ��" `��.� ?er7i�� r�� o�i <+. i,'`F-' `�.'C ,•,S", �,�•":'"yj� q 0 W 42. OP ar M, 31, wim, gar 31.31; tA'A t 5 NON-, lk I•- Fall 0 ozz, wo ­1_- ts Ml ................. ,43� RAM', gar e-P WE w J z � ... ? a � j � zo � c aJ } I � J Q L �r z w w W F C z m m O f 11 Lu I � V I I: w " I u: Z ZI G Q W o i � LU Q Lu LLJ W I; > x ,_. °m LL.A/ W All& Q r h N ° w w ) o SW 34th STREET 'ui m + i I lI ' j W I Q J i 7 °w o ! 0 Q I } m Q ZO LU z i n aLL w J J J z L.0 Z LLJ NN = N O O N = O Z L I W Q co (� N N w O O z o co LLJ LU W a 0 O V) LU 0 O O m cn a o W Imo. `D/ d ITT = O W O a J N y � m i o Surcharge q I� I. h. H rr BASE OF STRUCTURE wr 1= =1 I�---►I If--►I ywhw 21 H K[q] •• H = Maximum excavation depth (ft) y = Unit weight of soil = 125 pcf y. = Unit weight of water= 62.4 pcf K = Earth pressure coefficient = 0.24 q = 250 psf- minimum recommended surcharge Note: 1) Surcharge level should be determined based on contractors equipment. r FIGURE LATERAL EARTH PRESSURES FOR ASSESSING DESIGN STRUT LOADS rr CITY OF RENTON/E.VALLEY LIFTIWA DRAWING NO.02311020M9WJh9 DATE 6/06/02 DRAWN BY ETF Golder Associates r Surcharge q >r h. H BASE OF STRUCTURE y,.h,. K[y(H-h.,)+(y-y,.)hw] K(q) H = Depth (ft) y = Unit weight of soil = 125 pcf y. = Unit weight of water= 62.4 pcf q = 250 psf- minimum recommended surcharge K= KA for temporary support = 0.36 Ko for permanent shaft = 0.54 Note: 1) Surcharge level should be determined based on contractors equipment. FIGURE 4 DESIGN LATERAL EARTH PRESSURE DISTRIBUTION FOR PERMANENT SHAFT AND TEMPORARY SUPPORT WITH SINGLE STRUT LEVEL CITY OF RENTON/E.VALLEY LIFT/WA DRAWING NO.0231102000fp0&M DATE 61OM2 DRAWN BY ETF Golder Associates r Liquefaction Resistance Cyclic Stress Ratio 0 0.1 0.2 0.3 0.4 0.5 0.6 0 10 arr 20 30 Lig0d'fa ion No Liquefy:tion 40 t r • 0 50 M 60 70 �r 80 90 .r Induced Cyclic Stress Ratio, M7.5, acc=0.15g Liquefaction Resistance(CRR) Induced Cyclic Stress Rati, M7.5,acc=0.3g irr �r. FIGURE 5 ' LIQUEFACTION ASSESSMENT RESULTS City of Renton/E. Valley Lift/WA ,,,i,r PROJECT NO.023-1102 DATE 06/4/01 DRAWN BY AJW Golder Associates APPENDIX A RECORD OF BOREHOLES Golder Associates RECORD OF BOREHOLE 1 SHEET 2of 3 No PROJECT. East Valley Lift Station DRILLING METHOD: HSA DATUM: Local ELEVATION: 20 PROJECT NUMBER 023-1102 DRILLING DATE: 5/20/2002 AZIMUTH: WA INCLINATION: -90 LOCATION: Pr000sedSite#5 DRILL RIG: Mobile B-59 Truck COORDINATES: not urveyed 0 SOIL PROFILE SAMPLES PENETRATION RESISTANCE 0 aIr BLOWS/It■ELEV` to NOTES WATER LEVELS 0 n =p w w BLOWS o Z DESCRIPTION N p DEPTH per 6 in N p WATER CONTENT(PERCENT) o GRAPHIC _ Oro U' (ft) 2 140 D hammer W,: ti ;W, urn 30 indr drop AND frfe sandy SILT,trace organics,AND medium to fine SAND,trace to little sit, trace to tittle woody debris,weL(ML/SM/ SP interbedded) IALLU VIUM) 18.9-26.0 Compact,very dark gray(N3)to dark greenish gray(10Y4/1),interbedded,silly fie to medium SAND,trace organics,wet, AND fine sandy SILT,trace agankm,AND medium to fie SAND,trace to tittle silt, trace to tittle woody debris,weL(ML/SM/ ■ ipltll SP interbedded) [ALLUVIUM)(Continued) ML / 5 SS 2.8-7 13 SM 1.5 / m SP m W� Note:Water added to hole at 20 ft BGS to compensate for sand heave 25 is m q E ------- _ -6.0 $ 26.0-30.0 26.0 o Very salt,grey(N5),crudely laminated, CLAYEY SILT,little fine sand,faits odor of a dscayirg organics,moist,slightly plastic- (CL-ML)ffi [ALLUIVIL M) CL-ML 6 SS 0-0-0 0 15 Q q q rurg i� p _—_————_—— — -10A Bo 30 llacldilled 30. p 30.0-38.3 0 ph bentonde Loose to very loose,gray(NS)to very dark E grey(N3),crudely cross-bedded,median to chips fine SAND,little organics(clam shell fragments,woody debris),We sip,wet, dilatent.(SP-SM) Q. [ALLUVIUM) b 6 •'m 611110 m a 7 SS 0 1-5 ei 1.5 ffi 0 Ina SP-SM �r o a x +� d w N r O t— - O 4 0 rr O ■ CJ'J rl ---- 18.3 1_5 illtl t, 38.3-38.8 ———— — 38.3 8 SS 2 4 4 8 1.5 o Clean coarse to medium SAND,trace silt, SP -18.8.3 ' Lap)---------- — 38.8 ,Jr 38.8-59.0 o Very hose to compact,gray(NS)to very SM o dark gray(143),crudely cross-bedded, occasional SILT i terbeds,fine silty SAND, U I I Log continued on next page w M 1 in to 3 ft LOGGED: A.Fox IIr W DRILLING CONTRACTOR: Holt Drilling CHECKED: AJW *U=socfates deI m DRILLER: Clyde Moore DATE: 5/28/2002 INS, RECORD OF BOREHOLE 3 SHEET 2of 3 PROJECT: East VaNey Lift Station DRILLING METHOD: HSA DATUM: Local ELEVATION: 20.5 PROJECT NUMBER: 0231102 DRILLING DATE: 5/21/2002 AZIMUTH: NIA INCLINATION: -90 LOCATION: Proposed Site#1 DRILL RIG: Motile B-59 Tn/dc COORDINATES: not urveved o SOIL PROFILE SAMPLES PENETRATION RESISTANCE O BLOWS/It■ = NOTES = w U ELEV. to 2a 3a 40 WATER LEVELS WELL M w w BLOWS W v Z DESCRIPTION U n O M a per 6 in N V WATER CONTENT(PERCENT) GRAPHIC J DEPTH w d t W. m Note:Elevations are approximate U (ft) Z 140 bn MM s W. 20 SM / ML -0.5 ' 21.0-25.0 -------1 21.0 Compact,black(N2.5)to dark greenish gray (10Y511),stratified(downwards firing beds), fine SAND,little sift,little to trace arganics, with interbeds of SILT and silty SAND,wet to moist,dilalent,non-plastic.(SPSM) IALLUVIUMI SPSM 15 5 SS 1-8.10 16 1.5 v r c m 3 ————— .4.5 �5 25.0-31.0 -- — 25.0 m Compact,very dark gray( .5YR311), massive with scattered thin stt laminae,fine SAND,trace sift,trace organics,wet, diatent.(SW) 0 IALLWIUMI v w v A d ESW 6 SS 51010 20 �.5 2'O.D. Sdredule 40 m PVC Blank { N S 30 0 0 N 01 -10.5 E 31.0-35.5 31.0 t Very loose,gray INS),crudely stratified CL (shell fragment horimr s and silt intabeds), fine silty SAND to fine SAND,little sill,little organics(shel fragments,woody debris). wet.dilatenl.(SWSM) IALLWIUMI m a °e .5 W-S - 7 SS 0-0.0 0 1.5 L' CD a H 35 _ -15.0 35.5-43.0 ------- — 35.5 Compact,gray(N5)to dark greenish gray Of (10Y3/1),nonstraKied medium to fine SAND,little silt,trace organics(shell o fragments and woody debris),wet.(SP) t.7 IALLUVIUMI 3 c SP 'a 8 SS 6 10 10 20 7.5 N O rf p Colorado . � Silica Sand U L continued on next page w 1 in to 3 ft LOGGED: A.Fox w DRILLING CONTRACTOR: Holt Drilling CHECKED: AJW Golder I DRILLER: Clyde Moore DATE: 05/28/2002 ASSOCicltes Co RECORD OF BOREHOLE 3 SHEET3of 3 PROJECT: East Valley Lift Station DRILLING METHOD: HSA DATUM: Local ELEVATION: 20.5 PROJECT NUMBER: 023-1102 DRILLING DATE: 5/21/2002 AZIMUTH: N/A INCLINATION: -90 LOCATION: Proposed Site#1 DRILL RIG: Mobile B-59 Truck COORDINATES: not urveved O SOIL PROFILE SAMPLES PENETRATION RESISTANCE x BLOWS/ft■ w NOTES erfr x a. 2 U ELEV. ir to 2d 3o 40 WATER LEVELS w 0 y x U Lw w BLOWS WELL O z DESCRIPTION h a 6 2 Yoy- Per 6 in N a WATER CONTENT(PERCENT) GRAPHIC FE O �J 7 F V m Note:Elevatioru are approximate U DEPTH z 140 lb hammer K W., 6W t W, 4� 40 30 inch drop 35.5-43.0 Camped,gray(N5)to dark greenish gray (1 OY3/1),nonstratified medium to fine SAND,little sit,trace organics(shell fragments and woody debnsJ wet.(SP) lilt [ALLUVIUM)(Continued) SP -22.5 43.0-59.0 43.0 1_5 °> Very loose to loose,gray(N5)to very dark 9 SS 2-3-3 6 1.5 41)) gray(N3),larnnated(thin silt stringers),silty v fine SAND,little organics(shell fragments illll and woody debris),wet,dilatent.(SM) [ALLUVIUM) m 45 E F�F illy u 0 4° 2'O.D. Schedule 40 dune-slotted lir m PVC Pipe 3 u n E iilll 0 10 SS 0-0 1 1 1 5 1.62 0. n a O 50 N m E m t C SM ills _u 0 0 5 m a °a Colorado Silica Sand d 11 SS 4-" a 1_5 1.5 a E it u N O S O N N � ole caved to 54 ft BGS 3 0 J 1� 11111 a. 12 SS 3-3.3 6 1.5 • 0 -39.5 N Boring completed at 59.0 ft. 59.0 WIN 0 O W U W tl' 1 in to 3 ft LOGGED: A.Fox 410 W DRILLING CONTRACTOR: Holt Drilling CHECKED: AJW *Amoodates lder o DRILLER: Clyde Moore DATE: 05/28/2002 m er APPENDIX B LABORATORY TEST RESULTS Golder Associates ASTM GRAIN SIZE ANALYSIS ASTM D 421, D 2217, D 1140, C 117, D422, C 136 PROJECT TITLE RFNTON\EAST VALLEY LIFT STATION\WA SAMPLE ID GB-1 PROJECT NO. 023-1102 SAMPLE TYPE SPT#5 REMARKS SAMPLE DEPTH 22.5*-24.0' wr Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) Wt Wet Soil&Tare(gm) (w]) 960.90 Dry Soil&Tare(gm) Wt Dry Soil&Tare(gm) (w2) 814.20 Tare Weight(gm) Weight of Tare(gm) (w3) 310.20 Moisture Content(%) Weight of Water(gm) (w4=w1-w2) 146.70 Total Weight Of Sample Used For Sieve Corrected For Hygrosco is Moisture Weight of Dry Soil(gm) (w5=w2-w3) 504.00 Weight Of Sample(gm) 814.20 �r Moisture Content(%) (w4/w5)•100 29.11 Tare Weight (gm) 310.20 (W6) Total Dry Weight(gm) 504.00 rr SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 310.30 +Tare ((wtret/w6)•100) (100-%ret) 12.0" 310.30 0.00 0.00 100.00 12.0" cobbles 3.0" 310.30 0.00 0.00 100.00 3.0" coarse gravel 2.5" 2.5" coarse gravel 2.0" 310.30 0.00 0.00 100.00 2.0" coarse gravel 1.5" 1.5" coarse gravel 1.0" 310.30 0.00 0.00 100.00 1.0" coarse gravel 0.75" 310.30 0.00 0.00 100.00 0.75" fine gravel ,m 0.50" 0.50" fine gravel 0.375" 310.30 0.00 0.00 100.00 0.375" fine gravel #4 310.30 0.00 0.00 100.00 #4 coarse sand aw #10 311.30 1.00 0.20 99.80 #10 medium sand #20 315.90 5.60 1.11 98.89 #20 medium sand #40 325.80 15.50 3.08 96.92 #40 fine sand #60 420.10 109.80 21.79 78.21 #60 fine sand #100 551.20 240.90 47.80 52.20 #100 fine sand #200 654.30 344.00 68.25 31.75 #200 fines PAN 658.60 348.30 PAN %COBBLES 0.00 %C GRAVEL 0.00 Descriptive Terms > 10%mostly coarse(c) LL - %F GRAVEL 0.00 trace 0 to 5% > 10%mostly medium(m) PL - %C SAND 0.20 little 5 to 12% < 10%fine(c-m) PI - %M SAND 2.88 some 12 to 30% <10%coarse(m-f) Gs - %F SAND 65.18 and 30 to 50% <10%coarse and fine(m) %FINES 31.75 <10%coarse and medium(f) D10(mm) 0.035 %TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 0.072 D60(mm) 0.18 DESCRIPTION Black(N2.5)F-C SAND and SILT.trace organics Cu 5.1 CC 0.8 USCS SM TECH PLL wr DATE 5/31 i'02 CHECK ALF REVIEW iw .w Golder Associates Inc. om PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 z" s" .s s a o zo o a6o V . #700 1 `f 90 80 70 % I P 60 I A S S 50 I N G 40 i 30 20 10 0 I 1000 100 10 1 0.1 0.01 0.001 Grain size in millimeters Coarse Fine Cor Med Fine SILT OR CLAY Boulders Cobbles Gravel SAND FINES SAMPLE ID GB-I LL - SAMPLE TYPE SPT#5 PL - SAMPLE DEPTH 22.5'-24.0' PI - DESCRIPTION Black(N2.5)F-C SAND and SILT,trace organics USCS SM Cu=D60/DI O= 0.18/0.035 < 6 Cc=D30^2/(D60*D10)= 0.072^2/(0.18*0.0 < 1 RENTON\EAST VALLEY LIFT STATION\WA TECH PLL 023-1 102 DATE 5/31/02 CHECKI ALF REVIEW i Golder Associates Inc. ASTM GRAIN SIZE ANALYSIS ASTM D 421,D 2217,D 1146, C 117,D 422, C 136 ■ni PROJECT TITLE RENTON\EAST VALLEY LIFT STATION\WA SAMPLE ID GB-2 PROJECT NO. 023-1102 SAMPLE TYPE SPT#6 REMARKS SAMPLE DEPTH 27.5*-29.0' rw Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) Wt Wet Soil&Tare(gm) (wl) 928.70 Dry Soil&Tare(gm) Wt Dry Soil&Tare(gm) (w2) 799.70 Tare Weight(gm) Weight of Tare(gm) (w3) 313.60 Moisture Content(%) Weight of Water(gm) (w4=wl-w2) 129.00 Total Weight Of Sample Used For Sieve Corrected For Hygrosco is Moisture Weight of Dry Soil(gm) (w5--w2-w3) 486.10 Weight Of Sample(gm) 799.70 Moisture Content(%) (w4/w5)•100 26.54 Tare Weight (gm) 313.60 (W6) Total Dry Weight(gm) 486.10 *w SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 313.60 +Tare 1(wtret/w6)•1001 (100-0/oret) r 12.0" 313.60 0.00 0.00 100.00 12.0" cobbles 3.0" 313.60 0.00 0.00 100.00 3.0" coarse gravel 2.5" 2.5" coarse gravel 2.0" 313.60 0.00 0.00 100.00 2.0" coarse gravel 1111110 1.5" 1.5" coarse gravel 1.0" 313.60 0.00 0.00 100.00 1.0" coarse gravel 0.75" 313.60 0.00 0.00 100.00 0.75" fine gravel rr 0.50" 0.50" fine gravel 0.375" 313.60 0.00 0.00 100.00 0.375" fine gravel #4 313.90 0.30 0.06 99.94 #4 coarse sand #10 315.10 1.50 0.31 99.69 #10 medium sand #20 318.70 5.10 1.05 98.95 #20 medium sand #40 341.80 28.20 5.80 94.20 #40 fine sand ur #60 528.80 215.20 44.27 55.73 #60 fine sand #100 685.90 372.30 76.59 23.41 #100 fine sand #200 744.40 430.80 88.62 11.38 #200 fines PAN 746.50 432.90 PAN `w %COBBLES 0.00 %C GRAVEL 0.00 Descriptive Terms > 10%mostly coarse(c) LL - %F GRAVEL 0.06 trace 0 to 5% > 10%mostly medium(m) PL - 4w %C SAND 0.25 little 5 to 12% < 10%fine(c-m) PI - %M SAND 5.49 some 12 to 30% < 10%coarse(m-f) Gs - %F SAND 82.82 and 30 to 50% < 10%coarse and fine(m) 11w %FINES 11.38 <10%coarse and medium(f) D10(mm) 0.07 %TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 0.17 D60(mm) 0.26 DESCRIPTION Black(N2.5)F-C SAND,little silt.trace organics Cu 3.7 4w Cc 1.6 USCS SP-SM TECH PLL dw DATE 5/31i02 CHECK ALF REVIEW Ww irr Golder Associates Inc. aw PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES -12- .2. .2 -Z,5" .2L75" 1�10 f4 120 #40 �tW 0�100 #;00 100 90 80 70 P 60 A S S 50 N G 40 30 20 10 iml 0 -- 1000 100 10 1 0.1 0.01 0.001 Grain size in millimeters Coarse Fine Cor -f-med Fine SILT OR CLAY Boulders Cobbles Gravel SAND FINES. SAMPLE ID GB-2 LL SAMPLE TYPE SPT#6 PL SAMPLE DEPTH 27.5'-29.0' PI DESCRIPTION Black(N2.5)F-C SAND,little silt,trace organics USCS Sp-Sm Cu=D60/DIO= 0.26/0.07 < 6 Cc=D30A2/(D60*D 10)= 0.17 A 2/(0.26*0.07 > I RENTON EAST VALLEY LIFT STATION\WA TECH PLL 023-1102 DATE 5/31/02 CHECK ALF REVIEW Golder Associates Inc. ASTM GRAIN SIZE ANALYSIS ASTM D 421,D 2217,D 1140, C 117,D 422, C 136 .w PROJECT TITLE RENTON\EAST VALLEY LIFT STATION\V1'A SAMPLE ID GB-3 PROJECT NO. 023-1102 SAMPLE TYPE SPT#10 REMARKS SAMPLE DEPTH 47.5'49.0' ar Hygroscopic Moisture For Sieve Sample WATER CONTENT(Delivered Moisture) Wet Soil&Tare(gm) Wt Wet Soil&Tare(gm) (wl) 966.30 Dry Soil&Tare(gm) Wt Dry Soil&Tare(gm) (w2) 810.70 Tare Weight(gm) Weight of Tare(gm) (w3) 321.70 Moisture Content(%) Weight of Water(gm) (w4=wl-w2) 155.60 Total Weight Of Sample Used For Sieve Corrected For Hygrosco is Moisture Weight of Dry Soil(gm) (w5--w2-w3) 489.00 Weight Of Sample(gm) 810.70 to Moisture Content(%) (w4/w5)•100 31.82 Tare Weight (gm) 321.70 (W6) Total Dry Weight(gm) 489.00 00 SIEVE ANALYSIS Cumulative Tare Weight Wt Ret (Wt-Tare) (%Retained) %PASS SIEVE 321.60 +Tare 1(wtreVw6)•100) (100-%ret) 12.0" 321.60 0.00 0.00 100.00 12.0" cobbles it 3.0" 321.60 0.00 0.00 100.00 3.0" coarse gravel 2.5" 2.5" coarse gravel 2.0" 321.60 0.00 0.00 100.00 2.0" coarse gravel so 1.5" 1.5" coarse gravel 1.0" 321.60 0.00 0.00 100.00 1.0" coarse gravel 0.75" 321.60 0.00 0.00 100.00 0.75" fine gravel 0.50" 0.50" fine gravel 0.375" 321.60 0.00 0.00 100.00 0.375" fine gravel #4 321.60 0.00 0.00 100.00 #4 coarse sand #10 322.30 0.70 0.14 99.86 #10 medium sand #20 324.90 3.30 0.67 99.33 #20 medium sand #40 33790 16.30 3.33 96.67 #40 fine sand #60 372.40 50.80 10.39 89.61 #60 fine sand #100 471.80 150.20 30.72 69.28 #100 fine sand #200 655.70 334.10 68.32 31.68 #200 fines PAN 658.70 337.10 PAN +0 %COBBLES 0.00 %C GRAVEL 0.00 Descriptive Terms >10%mostly coarse(c) LL - %F GRAVEL 0.00 trace 0 to 5% > 10%mostly medium(m) PL - 00 %C SAND 0.14 little 5 to 12% < 10%fine(c-m) PI - %M SAND 3.19 some 12 to 30% < 10%coarse(m-f) Gs - %F SAND 64.99 and 30 to 50% < 10%coarse and fine(m) +rr FINES 31.68 < 10%coarse and medium(f) D10(mm) 0.05 %TOTAL 100.00 > 10%equal amounts each(c-f) D30(mm) 0.072 D60(mm) 0.14 DESCRIPTION Very dark gray(N3)F-C SAND and SILT Cu 2.8 rr trace organics(wood and shell fragments) CC 0.7 USCS SA1 _j TECH PLL +ir DATE 5/31/02 CHECK ALF REVIEW err wr Golder Associates Inc. PARTICLE SIZE DISTRIBUTION ASTM D 421 AND D 422 US STANDARD SIEVE OPENING SIZES 100 12- 3" t".Zs• .3�s" as Nto 120 aao #60 atop #%00 I 90 80 + 70 P 60 A S S 50 I N ( I T \ G 40 30 II 20 10 0 1000 100 10 I 0.1 0.01 0.001 Grain size in millimeters Coarse Fine Cor Med Fine SILT OR CLAY Boulders Cobbles Gravel SAND FINES SAMPLE ID G13-3 LL - SAMPLE TYPE SPT#10 PL - SAMPLE DEPTH 47.5'-49.0' PI - DESCRIPTION Very dark gray(N3)F-C SAND and SILT trace organics(wood and shell fragments) USCS SM Cu=D60/D I O= 0.14/0.05 < 6 Cc=D30^2/(D60*D10)= 0.072^2/(0.14*0.0 < I RENTON\EAST VALLEY LIFT STATION\WA TECH PLL 023-1102 DATE 5/31/02 CHECK ALF REVIEW �f Golder Associates Inc. r.r .r� APPENDIX C HYDRAULIC CONDUCTIVITY TEST DATA .w vw ow w .. ow aw ow Golder Associates LO O o to Cf) N U) C) 0 V C 0 C4 O cn Lo CD E N C14 aj w cl CD c6 0 0 0 0 Co CD W) (OH-H)/(4-H) tx OL ie. CD rm M I o 0 mm II i to I = I C) rr I 0 = i I O I Cl i c CL ar I c m i 0 O I arm I m O N 2 v C> m Imp W W CV ~ (V N V ui M m '6 II II I O CL « CD ~ Y O > N w m yy � T t6 > O Q I to I � I IY�I O O ar I O to o w O �0 (°H-H)/(4-H) 2 am OL ow .m LO �v AGWWA Lo M O I 2 I oo L I 0i = Iv I C) Lo I o CY' a cyan CO O N -O ' v O CO 2 to m rn E r N I N W W I 'C 1� � N ON II II ( C) C. w m I � > oo ¢ _ Im 0 I o Io m 00 0 LO I I I w a CD (°H-H)/(4-H) m