Loading...
HomeMy WebLinkAboutContract y I'allSteC � eCtric nc � +>• �'','S„,� ,+ice sf ivav�9� 9012 S 208th St./P. O.Box 7429 Kent, WA 98031 r (253)872 0940 gi d $289295 4 �; t $ „ Award Date August 6,2007 w _ ` " �*� �r.. �'S xh'N�+;:'.�,� �h�:Y �W`3x.x„:; � '� S •+txaa�',„ fir^•:' � 4 ..? � ,- X��3 k�rt ��� �s aY` '�� .Y# ?' X t ��� .3.� . £ � �M. �x' � k*• Y �z^ ;tea - , . '�^ ,.� .,--, '� r,> X�-,-vi Frr y.�, PRO € xz. .t..�.r � �' r § � :+", � `a'�kar '�,.'j •� try '' ,� r s W pmf fir`: a �. ` •3, ,# .r s• `�•',,... 'r:za �., .r. s#.syt�, c is € 's'� r. t.. •., `~ra<,�, r : � '�" AMOK so ��,��`� E =;�4`�x ��t.�'�::.. '��.c:,r1�;�'�r '� '�"s"��,�,_�� ���' "�'� �» ��, '"=� ��`�x h�..F �s� n3°r *u"'t X •?. „`^a:;. t; �•; �' rk x tea. � �m a` �«,''� z :� �`�Fy �'`�, �'c.rr ,�' � j,Y 'S�`-•S.,ar ..,�,y, f rz +4•s�, � �,. c •# s" 5 s+XZ�zk' t 'S ^as +�,_. ? "" '£'. I A W .. "* r" • a r X'`x.:_i ' sfi3 ��*v°!,. .,`e '" .t `" x xi y��,,sifl >""'HE :N" r. ,a t '.� t ' era " `zy f`c c �2+-, -r -:s.#✓ ,�x ''a` s.- s x i t*�'' IM '` ,:E•+ s� �,� s r ec, -�?v =;' ate'' s� z rn �c �.„-.'z..f #,Y'�i`; t �� �,r s� gal, b. t ' t :,�.� t r A �r x� '* °i„`�p.c.w.�a1 'h �r s. 1Af �� t-'•' �' �s � .-#, 'k v e XS��: c t > 'x.7 «� �t�__" x $� $� ,� , a � �s,r,��,_'��,� `��� °'�*•,s} C-t aM.,� 'T. v � 5q '� �t.°�°a z* n�' ,.z �� ,,,�r r�; .y -.. ' A• s s i } } +,` '�t'= a« ,�`x x N 4 L3 �' r'. '."` s :. i ? - w ttd `�"i }, ar $ "a= �'s.�s #y�'� sr(, " rFr�„ +�'t�' " y.,.,{,.,•a' 4 a' ..rr'. V 'IY� 0l-? i , 0, '"�Eatk: c v .')4w:^R$ � $ m ; •9 �ri,- ''.{ :;£ '•r`r,-;,r �` s,.r � a * � a mss.., I;. +'-49 t;' .' 511 1 -�' s WON -• Y,a :s-. = � lo- o - '���. ea _'Owl krf` d, f' �' .s ,'iW s s M , l .. +,rnr rs}3 �` '�UR W. wool WOO Qpa WWWS Race goo yj h �"J s,`'zfia..•"sya, Pp 9Itr "zX^, a^X 5t e z a-u err 2 r , ,., - F•,�' y ;' X a! _ e X gas,,. F r d > 'X'°i`2x y `mrs- ,3, ,rra�4fz �r`s3 -, ram 'k r �, .,? r'§ *- t •a { d a'ga' yZ , § � 1 3' d`9L1 }Fz'4 •y34 '� ` �l',v :4't. y 3 4 -.P+, r Y. 1 4 € x 2 z' Oslo sF Kul a'2 r �d y x �.. & � too r # r .,_ A. -, .,._.10T� �. .a,w�,:.''rn,...,.,_•. ... rrr CITY OF RENTON RENTON,WASHINGTON CONTRACT DOCUMENTS m for the NE 4TH STREET/HOQUTAM AVENUE NE r SIGNAL IMPROVEMENT do June 2007 +w iw BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS r Prepared for: CITY OF RENTON 1055 South Grady Way Renton,WA 98057 r Prepared by: trr HW Lochner 400-108th Ave Ne,Suite 401 rwr Bellevue,WA 98004 • ® Printed on Recycled Paper ON wa CITY OF RENTON NE 4th Street/Hoquiam Avenue NE Signal Improvement so CONTRACT DOCUMENT TABLE OF CONTENTS as I. INTRODUCTION Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work wo Vicinity Map Instructions to Bidders Call for Bids 4 II. PROJECT PROPOSAL *Combined Affidavit&Certificate Form: Non-Collusion err Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal No *Errata Sheet *Schedule of Prices **Subcontractors List No III. CONTRACT DOCUMENT FORMS ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) 4-City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form ❖Accord Liability Insurance Form +rr IV. APPENDICES A—Sample Forms rrr 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 B—Prevailing Minimum Wage Rates C-Special Provisions D-Standard Plans rrrr 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 rr. 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. +r. * Submit with Bid ** Submit with Bid or within 24 hours of bid Submit at Notice of Award CITY OF RENTON go Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98057 aw SPECS-MASTER.DOC 3 wo t t L INTRODUCTION L L L L t L L L L L rr CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of 40 employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (t) 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 r fiilly with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFEMMATIVE 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 COUNCM: �rrr ayor Council President r ,Artest: City Cl rrr rw ow SPECS-MASTERDOC\ 5 err CITY OF RENTON SUMWARYOFAUWCANS WP!H ACT POLICY ADOPTED BY•RESOMTONNO.MZ The policy of the City of Ream is to probate and afford equal treatment and service to all cith= and to assure employment oplortumty to pasons with disabilities, whey tie City of Rattan can reasonably accommodate the disability. This policy shall be based an the pnmcig w of equal OMPlOyment opportunity, the American: With Disabilities Act and other applicable guidelines as set forth m fiederal,state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) AYME'NT PRACTICR_e - All activities relating to empk*n ew such as rcmuitmad, Pelved0n,per,man and taking shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, +w staffing requireconts,and in accordance with the Americans With Disabilifm Ad and other applicable laws and rrgrrlatiaas. mrr (2) - TLe City of Reston will cooperate fully with all o Wm=abM and coaunissices organised to promote fair practices cad equal opportunky for pis with disabilities in empipymeat and Mupt of City services,activities and paoymmts. w (3) AluF MANS WITH DLSABILIT S ACT pnT T! -Ile City of Ream Americans With Disabilities Act Policy will be mined to facilkate equitable repruentation within the City work force and to assure equal employro= opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the nsponsibr"lrty and the duty of all City officials and employees to carry out the polite and guideiines as set firm in this policy (4) CONTRACTORS' OBLIGATIAN - Contractors, suI tractom consultants and suppliers conducting business with the City of Renton shall abide by taro requirements of the Americans With Disabilities Ad and promote-scenes to services, activities and program for people with disabilities. w„ Copies of this policy shall be distri n ed to all City employ,shall apps in all opendional docam iagatien of the City, including bid calls,and-shall be prominently displayed in appropriate City fames. rr CONCUR ED!N by tht City Council of der City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: MaY� C&Incil President Attest: r City Cleric vu sw SPECS—MASTER.D00 6 .r CITY OF RENTON aw NE 4th Street/Hoquiam Avenue NE Signal Improvement to SCOPE OF WORK as The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Furnishing of materials, equipment,tools,labor, and other work or items incidental thereto (excepting any materials,equipment,utilities, or service, if any specified herein to be furnished by Owner or others),and performing all Work as required by the Contract in accordance with the Contract. The Work shall include construction of a traffic signal and approximately 600 linear feet of channelization improvements within the right-of-way of the approach legs to the NE 4`h Street/Hoquiam Ave NE intersection, including but ow not limited to curb, gutter, sidewalk,mast arm traffic signal, illumination, and all other work necessary to complete the project as specified and shown in the Contract Documents, all of which are made a part hereof. 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 One Hundred and Twenty (120)working days will be allowed for the completion of + ► this project. Yr r rrr SPECS-MASTER.DOC\ 7 trr rr VICINITY MAP r ar 11x1 s pith R. Wilk NE 11M t5 1 g t IOM � �NCL �x° " 1DM R A. n f Iu'_LJI t LJ log st to,N R (� 4Y SL lw 117% ft ,1a st E9MM < < SI, r � _ NE 0 1>E. K 7M R KV M 12Ht ® m W F $ ANn d w sib Sri eM 1 WX 0. A 7E ft St S % twW� � N� R � NE ft t ff Ilh 51 O %A 4th SL < x IM NE 3rd t SE t st NC 3k St M �� U/S—E—Iri--%—� < !� Y PROJECT aw � -scarf LOCATION � S`.131tM% SE 1NM fl %1391h%. Wk St a� SE 14091 PL °tl g L leth � r�11 matt so ow SPECS-MASTER.D00 8 wr INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall,until the time and date specified in the Call for Bids At this time the bids will be publicly opened and read, after which the bids will be considered and the rr 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. tirr 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 rrr themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. �r 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 r proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt rr� 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. rr 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 herein and as identified within Specification Section 1-07.18. SPECS-MASTER.D00 9 13. The contractor,prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. it 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be 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. �s 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 a. issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. rr 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. SPECS-MASTER.DOC\ 10 rr 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental 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, err paragraph by paragraph,or not. 1. WSDOT/APWA "2006 Standard Specifications for Road, Bridge and Municipal Construction"and "Division 1 APWA Supplement"hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14,Measurement and Payment (added herein)shall govern. 21. If a soils investigation has been completed,a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing,it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? r ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda,if any? err SPECS-MASTER.D00 I I rr rrr CAG-07-134 CITY OF RENTON CALL FOR BIDS NE 4th Street/Hoquiam Avenue NE Signal Improvement Sealed bids will be received until 2:30 p.m., Tuesday, July 31, 2007, at the City Clerk's office, 7th floor, and will be opened and publicly read in conference room 521 on the 5`h floor,Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the NE 4th St/Hoquiarn Ave.NE Signal Improvement project. The work to be performed within 120 working days from the date of commencement under this contract shall include,but not be limited to: Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract. The Work shall. include construction of a traffic signal and approximately 600 linear feet of channelization improvements within the right-of-way of the approach legs to the NE 4`h Street r�r / Hoquiam Ave NE intersection, including but not limited to curb, gutter, sidewalk, mast arm traffic signal, illumination, and all other work necessary to complete the project as specified and shown in the Contract Documents. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available Tuesday, u Y 10, 2407. Plans, c ec fi- catinns� arjrienrla� anri plan holders list for this project are available on-line through.Builders Exchange of Washington, Inc., at htip://wtivw/hxwa.coni. Click on"bxwa.com'; "Posted Projects"; "Public Works","City of Renton", "Projects Bidding", (Note:Bidders are encouraged to"Register as a Bidder,"in order to receive automatic email notification of future addenda and to be placed on the`Bidders List." Questions about the project shall be addressed to the Project Manager, Bob Cavanaugh, City of Renton, Planning/Building/Public Works Department, 1055 Grady Way, Fifth Floor,Renton,WA, 98057, phone(425)430-7222, fax(425)430-7376. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must rr accompany each bid. The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply. rr. Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce July 10, 2007 Daily Journal of Commerce July 17, 2007 Daily Journal of Commerce July 24, 2007 'rr t t t L PROJECT PROPOSAL SPECS-MASTER.E)OC\ 13 L L L L L L L l l 7 to CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT +�• Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the rir 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 y advantage over other Bidder or Bidders. person an r AND CERTIFICATION RE: ASSIGNMENT OF 03 ANTI-TRUST CLAIMS TO PURCHASER 01 Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations 02 are in fact usually borne by the purchaser. Therefor, vendor hereby assigns such over-charges as to goods and materials purchased in connection wh thisordersor contracdt,aexceptn sftto M overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned w„ 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 r 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: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT N.E. 4TH STREET AND HO UAIM AVE. N.E. SIGNAL IMPROVEMENTS Name of Project TRANSTECH ELECTRIC, INC. Name of Bidder's Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this I day of 2007. .r Nota, ublic in and for th tate of�.or Notary(Print) My appointment expires:_ SPECS-MASTER.DOC1 14 rr `_ BID BOND FORM Herewith find deposit in the form of a certified chec cashier's check, cash, or bid bond in the amount of $ 14,464.75 which amount is not 1 s than five percent of the total bid. rr Signature rrr Know All Men by These Presents: That we, as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties '+• approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall he null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as m penalty and liquidated damages,the amount of this bond. 1 SIGNED, SEALED AND DATED THIS DAY OF 5200_ 1 r I Principal I do Surety i Received return of deposit in the sum of$ .r .r SPECS-MASTER.DOC\ 15 r1f CITY OF RENTON NE 4T$STREET/HOQUTAM AVENUE NE SIGNAL IMPROVEMENT PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work an read and thoroughly understand the plans, specifications and contract governing the work embraced this improvement, and the method by which a d have to undertake and complete the work embraced in this improvement,mad for as much thereof fa can propose completed with the money available,in accordance with the said plans, specifications and contract and the following schedule of rates and prices: irr (Note: Unit prices for all items,all extensions, and total amount of bid should be shown. Show unit prices only in figures.) �r Printed Name: r T. Guthmiller Vice President +�r Signature: Address: 9012 S. 208th ST. +■ Names of Members of Partnership; KENT, WA 98031 I OR Name of President of Corporation Alan Guthmiller Name of Secretary of Corporation Alan Guthmiller Corporation Organized under the laws of Washington With Main Office in State of Washington at Kent �r 10_PROP.DOC\ rr r me CITY OF RENTON NE 4'STREET/HOQUTAM AVENUE NE SIGNAL IMPROVEMENT MA ERRATASHEET Sheet or Page Section/Paragraph Correction Schedule of Item#9 Quantity=6 Prices Removing Traffic SHOULD BE Markings Quantity=9 SP-42 2-02.4 Measurement "Removing plastic stop line shall be measured per linear foot."SHOULD BE"Removing plastic stop line shall be measured per square foot." SP-43 2-02.5 Payment "Removing Plastic Stopline,"per linear foot SHOULD BE"Removing Plastic Stopline,"per square foot. SP-48 Spec. Prov. 8-20.3(2) Delete the entire first sentence referring to"All materials and...noted in these Standards". SECTION 6— At the end of this paragraph: ", as modified by the City CITY OF RENTON of Renton Supplemental Specifications." SHOULD BE STANDARDS, as modified by the Special Provisions." paragraph 1 SP-57 New Section 8-22 8-22 PAVEMENT MARKING Section 8-22.4 is supplemented by adding the following: "Removing Traffic Markings"and"Removing Plastic Stop line"shall be measured, and payment made,per section 2-02. Plans, Constr.Note#2 "PER PAVEMENT MARKING DETAIL, SHEET RD1" SHOULD BE"PER CITY OF RENTON STD rr Slit C1 PLAN HO 12" END OF ERRATA rr 10_PROP.DOC\ aw i �w CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) o (Note: UnitpricNE 4th Sta and nHoquiam Ave tNE Signal Mpro1vement'n figures only,) ITEM APPROX. ITEM NO. QUANTITY UNIT PRICE AMOUNT Dollars . Cents Dollars . Cents Mobilization/Demobilization, Site Preparation p anon &Clean-up Lump Sum \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\� 28,000.00 $ 28,000.00 per Lump Sum fi ures 2 Contractor Supplies Surveying Lump Sum \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ 7 500.00 7 500.00 per Lump Sum figures 3 � Temporary Water Pollution/Erosion Control Lump Sum \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ $ 1,000.00 $ 1,000.00 er Lump Sum figures 4 6 Utility Potholing Each \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ $ 300.00 $ 1,800.00 +rr per Each figures 5 1 Project Temporary Traffic Control on Lump Sum t 39 000.00 39 000.00 per Lump Sum figures 6 63 Removing Cement Concrete Sidewalk � Square Yard per Square Yard $ 21.50 $ 1,354.50 fi ures 7 95 Removing Cement Concrete Curb and Gutter Linear Foot $ 13.00 $ 1,235.00 er Linear Foot fi ures 1 20 Removing Asphalt Concrete AN 8 Square Yard \\\\\\\\\\\\\\\\\\\\\\\\\\\ment \ $ 28.00 $ 560.00 per S uare Yard fi ures , No 9 6 Removing Traffic Markings Each \�\\\P\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ 1 $ 80.00 $ 480.00 per Each „o fi ures 10 450 Removing Raised Pavement Markers Each \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ $ 1.25 $ 562.50 i°° per Each figures Removing Plastic Stop Line AM 11 SquareOFoot \\\\\\\\\\\\\\\\\ffiZ\ $ per Square Foot \\\\\\\\\\\\\\\\\\\\\\\\\\\ 5.00 $ 550.00 figures ®r I1. CITY OF RENTON P/B/PW DEPARTMENT (Schedule of Prices) too NE 4th St and Hoquiam Ave NE Signal Improvement (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in figures only.) ITEM APPROX. ITEM UNIT PRICE AMOUNT NO. QUANTITY Dollars . Cents Dollars . Cents 12 180 Saw Cutting Linear Foot \\\\\\\\\\\\\\\\\\\\\\\\\\\\\ 6.25 $ 1,125.00 er Linear Foot figures 13 7 Crushed Surtacing Top Course Tons \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ $ 125.00 $ 875.00 per Tons figures 14 Tons \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ $ 250.00 $ 2,500.00 per Tons figures 15 95 Cement Concrete Traffic Curb and Gutter or Linear Foot �������\��\��\�������������\���\�\��\\����������\��\ $ 27.00 $ 2,565.00 per Linear Foot figures 16 Square Yard $ 62.00 $ 1,922.0( per Square Yard fi ures 17 Each \\\\\\\\\\\\\\\\\\\ $ 1,800.00 $ 7,200.0 per Each figures 18 1 Traffic Signal System �"o Lump Sum �������������������������\����������\\��\������\ $ 185,775.00 $ 185,775.00 per Lump Sum figures 19 126 Plastic Stop Line Linear Foot $ 5.00 $ 630.00 per Linear Foot figures 20 8 Plastic Traffic Arrow OWN Each \\\\\mmm\�\����\\\\\��������\\����\\�\ $ 85.00 $ 680.00 per Each figures 21 574 Plastic Crosswalk Line Square Foot 3.25 $ 1,865.00 per Square Foot figures �so 22 494 Raised Pavement Markers Type 1 Each $ 3.25 $ 1,605.50\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ ONE per Each figures I wr 18 I r CITY OF RENTON ar P/B/PW DEPARTMENT (Schedule of Prices) NE 4th St and Hoquiam Ave NE Signal Improvement (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices figures only.) ITEM APPROX. ITEM UNIT PRICE AMOUNT NO. I QUANTITY I Dollars Cents Dollars . Cents ww 23 Each \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ $ 7.50 $ 330.00 r per Eac figures ures 24 Each \\\\\ \\\\\\\\\\\\\\\\\\\\\\\\\\\\\ $ 7.50 $ 180.00 per Each figures do I Subtotal $ ;289,:29:5.010 I do 8.9%Sales Tax Total Schedule"A" $ 289,295.00 +qr ®r �r dM 01 19 Am ` SUBCONTRACTOR LIST NE 4TH STREET/HOQUTAM AVENUE NE SIGNAL IMPROVEMENT RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter I9.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and,therefore, void. Complete the following: If awarded the contract, TRANSTECH ELECTRIC, INC. subcontractors for the performance of heating,ventilation and air conditioning,l plumb ng,and electrical (including automatic controls)work: w Bid Item(s) 18 Subcontractor Name TRANSTECH ELECTRIC, INC. (self-performed) Address 9012 S. 208th St Kent, WA 98031 Phone No. 253-872-5343 State Contractor's License No. TRANSEI055DT Bid Item(s) law Subcontractor Name I Address .0 Phone No. State Contractor's License No. I fA Bid Item(s) i Subcontractor Name Address Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name ,ar Address Phone No. State Contractor's License No. Bid Item(s) r Subcontractor Name SPECS—MASTER.D00 20 Address Phone No. State Contractor's License No. 9 4F Bid Item(s) Subcontractor Name .r Address Phone No. State Contractor's License No. wr Signature of Authorized Representative of Bidder Mary T. Guthmiller, Vice President Subscribed and sworn to be before me on this ,-?/J-t day of Zoo 7 . SEE L. ' otary Public in and for «7 h' ���� \\%III,,, � � the State of Washington Z"U p+ O T --� Notary (Print) L77011ee lV/U/l� Residing at ��t/ 3'�//� � c wS\1 'C My appointment expires: O S N*G���' do p p p p p p SPECS-MASTER.D00 21 CONTRACT DOCUMENT FORMS L n SPECS-MASTER.0001 BOND TO THE CITY OF RE,NTON Bond Number: 270403 KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned TransTech Electric, Inc. as principal,and American Contractors Indemnity Comp �yy of the State of California - ---- - rporation organized and existing under the laws - _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$2892295.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Tacoma , Washington,this 27th day of September 200 7 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 07-134 _ providing for construction of NE 4th Street Hoquiam Avenue NE Signal Improvement Project (NE 4th Strect/Hoquiam Avenue NE Signal Improvement) the principal is required to furnish a bond for the faithAil performance of the contract; and Yv'HERTAS, the principal has accepted, or is about to accept, the coniraet, 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 har[n]ess 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. TransTech lectric, Inc. American Contractors Indemnity Company Principal Surety By: By: Signature Signatur Mary Guthmiller, Vice President Karen J.Smith,Attorney-In-Fact TitleK Title SPECS-MASIT R.D00 23 I II ,I�IIIIIWiI Illilll �ivl,r,' IIIIII _ I IfII I I I 'll'II -- -_ IIIIIIII IIIIII (IIIIIIIIII I I - III III I ,II: �_ IIIIII I' 11,111,11 I'lilTI 11,111j, I'I LII American.C.antrac em - nity I IIIII I I I 41 t 9`"Ffo Angeles,California 9004 5 H ►II�I I _ _II I IL L I I , Illl�lll LII - POWER OF ATTORNEY - __----_K--_-NO- W ALL MEN BY THESETR MNTS: I IIII II I I III I t .,. I I I I II III I I I I I I I III,I.I o a ens Contractors Indemm tY Com Company of th e State of California,a California corporation, does hereby I I I I I II II I I = appoint, - Karen Ingram,or Bradley A.Robe III LIQ', al L I ashingto� Thomas P.Hentschell Karen.f.Smith Ka g y I '����, � - - - - its true and lawf Attorney(s)-in-lia I 1 1 fj iW I IL Ithonty to ex ebnte on As behalf bo�AI I����ePlak�i�l slll'li�ecognizances and other contracts of indemnity and Amount t eed -**********1,000,000.00**********gt I hr ed its Poweno€of shall n li r �v hout der actin on Yune nl' 29,2009. This Power of Attc�,�pe��''� IIIII'I ��k���'�I!I I Ills signed- s�eabg�•acsimile under and by the authority of the following Resolution adopted by the -- g Y 'n XI F'� II DecBmber, 1990.ectors o A11�d AN CONTRACTORS INDEMNITY M COMPANY at-a meeting duly called and held on�he 6 da I VII IIIIIIII Il ll Ili "RESOLVED that the Chief Executive Officer,President or :1 I s� II ecutive orAggftkmrSecretary,shall have the pO wer and Icaylhdrity "I 1. Tb appoint Attorneys) in Fact and to authorize them to execute on behalf of the Compan Illjlqpgl#t l hl#q gal of the Company thereto bonds and undertakings,contracts of index ate-other writings€bligato; i the naturelll ereo,�a wr_ - II IIII 2. To"moves c Mq- any such r re a and revoke the au€horitygivven. (IIIIII Illililllll III I I &d�LV�ED FURTHER, that the signatures of such officers and the seal o the Company m be affixed t - n su I .� f P Y aJ' .� �any ch �� o I� Igor certrficat relating thereto by facsimile,and any such Power of Attorney or c i bear�gg such fa mile si tature ar fags: I� II ' I ll l and bind P Y - Y s and cert' c l j cstm�d ll otures a jaccsimi seal eatl b val�I n in WY upon 1 upon the Company and an such Me Company in c t7 react to any-bond$r 0004*bvp whit "is attach Mill" DMT'NESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its Executive Vice President on the 9'h day of JJanuary,2007. ta' =Rf AMEW- CAN C T �'II TDEMNiCTY CGMPAN � I II�IIIII, IIII � lilll III h II,I IIII Y - STATE OF CALIFORNIA §II Adam S.Tessin,E ki c II'L dent --- -- - - COUNTY OF LOS ANGELES T Off_ ' day of ua 7,before txt t a Fe u k a not ublie rs.nail al �earled Adam IS PI siden 9th Am Cc>ntito Indemnit�'I'�I'I"II p y ,I"I � � �'P '� Y I PP I I I I I essin,Executive Vice holm an personally known to me(or proved to me on the basis of satisfactory evidence)to the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/ftithey vxe culed the sam 1 his/her/their authorized capacity(ies),and that by his/her/their signature(s)on Ill tl' Iferson(s)05r ty behalf f which the person(s)acted,px,picSS e4jllthp instrument. (I I I WIT NESSmv hand and rou fiat seal S EVE FMI JNAK rill:I ItA D VIII IIII'( Signature�y �I 111 l _ _ � MY Comm,EXP.June 29.2009 J My Commlf�NIllriie �iln 29,2009 11 sn *' I,Jeannie J.Kim,Corporate Secretary of American Contracto lndemmty_ggVo Eby cer Pr of Atto �d resolution adopted by the$oardof Directors ggtil �Is set for&a"— �d corre s the saidl PtYler of Attnrne nor the resolution f iereof and that neither �V"ITNESS HEREOF,I have hereunto set mha d thij da yofY nd the are-now in fbITTorce and effect. (IIII - - III `II Bond -- I _ No. � - I I ';IIIIII I II Jeann �� J.Kim Co rate ecreta II I ry - --- I II - I - Agency No. h LII VIII #8306 III III I IIII I L. II IL I I r III -- IT - -- _ - �911� -:3�ev: A031d2/06 ... aIIlllll I PU I II _ — ,ir L I I I A(:URD CERTIFICATE OF LIABILITY INSURANCE 09/27/2007 PRODUCER 253)272-1151 FAX (253)272-1225 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Hentschell & Associates, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE One Pacific Building HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 621 Pacific Ave., Suite 400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tacoma, WA 98402 INSURERS AFFORDING COVERAGE NAIC# INSURED TransTech Electric, Inc. INSURERA: Continental Western Insurance Company P 0 Box 1108 INSURER B: Kent, WA 98032 INSURER C: INSURER D: INSURER E: COVERAGE 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.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY CWP2553944 12/20/2006 12/20/2007 EACH OCCURRENCE $ 1,000,00 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100 000 Pa CLAIMS MADE a OCCUR MED EXP(Any one person) $ 5,000 A PERSONAL 8 ADV INJURY $ 1,000,00( X $1,000 PD Ded GENERAL AGGREGATE $ 2,000,00( GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,00C POLICY X I JECT JECT LOC AUTOMOBILE LIABILITY CWP2553944 12/20/2006 12/20/2007 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,00 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ A X HIREDAUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO H OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY CU2553947 12/20/2006 12/20/2007 EACH OCCURRENCE $ 1,000,000 X OCCUR r_1 CLAIMS MADE AGGREGATE $ 1,000,000 A $ DEDUCTIBLE RETENTION $ C $ WORKERS COMPENSATION AND WC STATI% X OTH- EMPLOYERIETORILITY CWP2553944 12/20/2006 12/20/2007 E.L. ACHACCIDENT $ 1 000,000 /l, ANY PROPRIETOR/PARTNER/EXECUTIVE , OFFICER/MEMBER EXCLUDED? If yes,describe under E.L.DISEASE-EA EMPLOYEE $ 1,000,000 SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS egarding: NE 4th St./Hoquiam Ave. NE Signal Improvement Project ; CAG-07-134 ity of Renton is listed as Additional Insured as respects to the operations of the amed insured per attached form CG2037 7/04 CW3130 10/04 and CLCGO013 7/06 CERTIFICATE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Renton BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1055 South Grady Way OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Renton, WA 98057 AUTHORIZED REPRESENTATIVE Ted Hentschell AH ACORD 25(2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001108) tWP 2553944 - 22 SMM Transtech Electric Policy#CWP2553944 Effective 12/20/06 to 12/20/07 CG 20 37 07 04 THIS ENDORSE24ENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or organization(s) : Location And Description Of CaVleted Operations: Any location or jobsite where this coverage is required of the insured as part of a written contract. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Section II - Vho Is An Insured is amended to include as an additional insured the ppersons) or organization(s) shown in the Schedule, but only with respect to lia- bility for "bodily injury" or "property damage" caused, in whole or in part, b your work�� at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". CG 20 37 07 04 Copyright, ISO Properties, Inc.., 2004 Page I CW 2553944,- -22 SMM Transtech Electric Policy#CWP2553944 Effective 12/20/06 to 12/20/07 CW 31 3.0 10 04 THIS ENDORSEbMT CHANGES ME POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - pRIMMY COVERAGE - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) Or Organization(a) : Additional Insureds-Primary Coverage- Scheduled Person Or Organization c/o Transtech Electric Inc. PO Box 7429 Kent, WA 98042 Applies To: See CW1054 Location(s) Of Covered Operations: As agreed to in writing in the contract or agreement requiring the person or organization to be added as an additional insured on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the persons) or orrgganizations) shown in the Schedule, but only with respect to lia- bility for "bodily injury", "property damage" or "personal and advertising inju- ry caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the locations(s) designated above. B. With respect to the insurance afforded to these additional insureds, the fol- lowing applies: The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance available to the person or organiza- tion shown in the Schedule unless the -other insurance is provided by a person or organization other than you for only the same operation and location designated above. Then we will share with that other insurance by the method described in subparagraph c. of paragraph 4. Other Insurance of SECTION IV - COl+IlMCIAL GENERAL LIABILITY CONDITIONSS. CW 31 30 10 04 Includes copyrighted material of Insurance Services Office, Inc. , with its permission Page 1 GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: Transtech Electric#CWP2553944 COMMERCIAL GENERAL LIABILITY COVERAGE PART Effective 12/20/06 to 12/20/07 A. MEDICAL PAYMENTS It SECTION I-COVERAGE C MEDICAL PAYMENTS Is not otherwise excluded from this Coverage Part: 1. The Medical Expense Limit provided by this policy, subject to.the terms of SECTION III - LIMITS OF INSURANCE,shall be the greater of a. $10,000;or b. The Medical Expense Limit shown In the Declarations of this Coverage Part. B. FIRE LIGHTNING, EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE-TO PREMISES YOU If damage b premises rented to you under Coverage A. is not otherwise excluded from this policy, the following applies: I. The last paragraph of SECTION 1 - COVERAGE A.2. Exclusions Is deleted and replaced by the following: Exclusions c. through n.ydo not apply to damage b fire, lightning, explosion or sprinkler leakage to premises while rend es to this�cov a as descnPt�inySECnoN permission of OF INSm�. A separate limit of Insurance URANCE. 2. Paragraph S.of SECTION 111-LIMITS OF INSURANCE Is deleted and replaced by the following: 6. .Subject to 5.above,the greater oi: a. $300,600;or b. the Damage To Premises Rented To You Limit shown in the Declarations; is the most we will pay under COVERAGE A for damages because of"property damage"to any one Pte , while rented to u, or temporarily occupied by u with the permission of the owner ' arising out of any one fire, lightning,explosion or sprinkler leakage Incident. 3. Paragraph 4.b.(1)�b, Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CON ONS Is de etted and replaced by the following: (b) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the'permisslon of the owner, 4. Paragraph 9.2.of SECTION V-DEFINITIONS is deleted and replaced by the following: ' a. A contract for a lease of premises. However, that porgy of the contract for a lease of premises that indemnifies any person or organization for damage-by*ff lightning,explosion or sprinkler leakage to P,remises while rented to you or temporar�r occupied by ij.ou with permission of the owner is not an Insured contract";' C. NON-OWNED WATERCRAFT 1. Paragraph g.(2)of SECTION I-COVERAGE A.2. Exclusions Is deleted and replaced by the following: f A watercraft you do not own that Is: (a) Less than 51 feet long;and (b) Not used to carry persons or property for a charge. i D. SUPPLEMENTARY PAYMENTS SECTION I-SUPPLEMENTARY PAYMENTS-COVERAGES A AND B Is amended as follows: 1. The limit of insurance in paragraph 1.b.Is Increased from$250 to$2,500;and 2. _The limit of insurance In paragraph 1.d.is increased from$250 to$500. E. �1�. S:•f The following Is added to paragraph 2.of SECTION If-WHO IS AN INSURED: e. An r80n-or.,organization described in paragraph 21 below, whom you and such person or fi QW.'►r-Sggae pt.th,,,*Uch person or organization be added su , on'yourpo cy. Such person or.oigaNiation is an Insured provided: Ara A&4�lfi is: (a) Currently in effect or becomes effective during the policy period;and (b) Executed prior to an'occurrence"or offense to which this insurance would apply. named as an additional Insured under any other provision of, or endorsement adds policy. f. Only the.following persons or organizations are additional insureds under this endorsement, and coverage provided to such additional insureds is limited as provided herein: (1) The manager or lessor of a premise.leased to you, but only with respect to liability arising from the ownership, maintenance or use of that part of the premises leased to you and subject to'the following _additional exclusions; This Insurance does not apply to (a) Any"occurrence"which takes place after you cease to be a tenant of that premises. (b) Structural alterations,new construction or demolition operations performed by or on behalf of the manager or lessor. (z) Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage"or It and advertising Injury"caused, in whole or In part, by your maintenance,operation or use of equipment leased to you by such person(s)or organization(s). However, this insurance does not apply to any"occurrence"which takes place after the equipment lease expires. (3) "Any person or orvanization referred to below as vendor, but only with respect to "bodily injury" or property damage arising out of"your products"which are distributed or sold in the regular course of the vendor's business,subject to the following additional exclusions: (a) The Insurance afforded the vendor does not apply to: (i) "Bodily injury" or."property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have In the absence of the contract or agreement; (ii) Any express warranty unauthorized by you; (Ill) Any physical or chemical change In the product made intentionally by the vendor, (Iv) Repackaging, except when unpacked solely for the purpose of Inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container, (v) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products, (vi) Demonstration, installation,servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product (vIQ Products which, after distribution or sale th you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor,or (VIII) "Bodily injury" or"property damage" arising out of the sole negligence of the vendor for Its own acts or omissions or those of its employees or anyone else acting on Its behalf. However,this exclusion does not apply to: 1. The exceptions contained in Sub-paragraphs(iv)or(vq;or ii. Such inspections adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make In the usual course of business, in connection with the distribution or sale of-the products. (b) This Insurance does not apply to any Insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering .into, accompanying or containing such products. (4) Any state or political subdivision,subject to the following additional provision: This Insurance applies only with respect to the following hazards fbr which the state or political subdivision has issued a permit In connection with premises you own, rent, or control and to which this insurance applies: (a) The existence, maintenance, repair, construction, erection, or removal of advertisinngg signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, host away openings,sidewalk vaults,street banners,or decorations and similar exposures;or (b)The construction, erection,or removal of elevators;or (c)The ownership, maintenance,or use of any elevators covered by this insurance. F.BROADENED NAMED INSURED Paragraph 3.of SECTION II-WHO IS AN INSURED Is deleted and replaced by the following: Any organization, other than a joint venture, over which you maintain ownership or major l�y interest of more than 50% will be a Named Insured If.there is no other similar insurance available to tat organization. However. a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period,whichever Is earlier. b. COVERAGE A does not apply to"bodily Injury"or"property damage"that occurred before you acquired or formed the organization. c. COVERAGE B does not apply to"personal and advertising injury"arising out of an offense committed before you acquired or formed the organization. �: _�q' , %,Jfr.W eral Aggregate Limit under S CTION III—LIMITS OF INSURANCE applies separately to each of your 1. Projects away from premises owned by or rented to you. 2. "Locations"owned by or rented to you. "Location" means premises involving the same or connecting lots, or premises whose connection Is Interrupted only by a street,roadway;waterway or right-of-way of a railroad. H. KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of SECTION N.—COMMERCIAL GENERAL LIABILITY CONDITIONS: e. A report of an"occurrence",offense,claim or"suit"to: (1) You, if you are an individual, (2) A partner,If you are a partnership, (3) An executive officer,if you are a corporation,or (4) A manager,if you are a limited liability company; is considered knowledge and requires you to notify us of the "occurrence', offense, claim, or"suit" as soon as practicable. L We are considered on notice of an"occurrence' offense, claim or"suit"that is reported to our Workers' Compensation insurer for an event which later develops into an"occurrence", offense, claim or"suit"for Which there Is coverage under this policy. However,we will only be considered on notice if you notify us as soon as .you know the claim should be addressed by this policy rather than your Workers' Compensation policy. 1. UNINTENTIONAL OMISSIONS The following Is added to paragraph S. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fail to disclose any exposures existing at the inception date of your policy, we will not deny coverage under this Coverage Part solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. This provision does not apply to any known injury or damage which is excluded under any other provision of this policy. J. MENTAL ANGUISH Paragraph 3.of SECTION V-DEFINITIONS is deleted and replaced by the following: 3: aBodily Injury'means bodily injury, sickness or disease sustained by a person, Including mental anguish or death resulting from any of Tthhese at any time. QF 7' N A OF MGHTS-OF RECQWRY A�IINST OTHERS aragraph 8. Transfer Of Right Of Recovery Against Others To Us of SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS Is amended by the addition of the following: _ We waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or'your work"done under a contract requiring such wanner with that person or organization and included in the`products-completed operations hazard". However,our rights may only be waived prior to the'occumence'giving rise to the injury or damage for which we make payment under this Coverage Part. The Insured must do nothing after a foss to Impair our rights. At our request,the insured will bring"suit'or transfer those rights to us and help us enforce those rights _. OTHER INSURANCE If this policy includes a Coverage Form or an Endorsement which provides coverage for loss or damage covered by one or more of the Extensions of this endorsement, the limit and the coverage provided by this endosement are deleted and replaced by the Omit and average provided by that Coverage Form or Endorsement. OContinental Western Group 02006 SiberPlume Reference Systems, Inc.All Rights Reserved. � e*MY (a�'-4� CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE Ww TV �� � ►�. hereby confirms and declares that (Name of contractor/subcontractor/consultant) +•+� I. It is the policy of '/rx^Kx rk I-lz ., —�A► C. to offer equal (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed,color, sex, national origin,age,disability or veteran status. �" II --TKA,"� o,4` �,"�- I complies with all applicable (Name of contractor/subcontractor/consultant) federal,state and local laws governing non-discrimination in employment. II. When applicable, a'i' fL-"t-, C- . will seek out and rw (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. T. 6 Lk,- Print A t/Representative's Name Print gent/Representative's Title A ent/Representative's Signature Date Signed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. SPECS-MASTER.DOC\ 24 No CONTRACTS OTHER THAN FEDERAL-AID FHWA / THIS AGREEMENT, made and entered into this —�7 day of , 200-7 . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and 61k f-"IL,.d -T'h c ,hereinafter referred to as "CONTRACTOR." +r. WITNESSETH: +r. 1) The Contractor shall within the time stipulated, (to-wit: within );F-D working days from date of commencement hereof as required by the Contract, of which this agreement is a component part)perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. 6-1- 1?jL/ for improvement by construction and installation of: Work as described in"Scope of Work"attached hereto. 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 +r regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any r� i) Technical Specifications,if any err rrr SPECS-MASTER.DW 25 Yrr 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the r. Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor,and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event,the City, if it so elects,may,without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to AW the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and rt employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City,unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured. In the event the City shall,without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's "■' agents or employees and(b) the City, its agents, officers and employees,and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence dr 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 SPECS-MASTER.DOC\ 26 irr 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 +rr 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. r 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 r or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. W 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. +rr r rw SPECS-MASTER.DOC\ 27 wr 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 r current City of Renton business license. The Contractor shall provide,and obtain City approval of,a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of l,-(_ v, 0 w =wor which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. rr IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR CITY OF RENTON P esident/Partner/Owner Mayor KAChy Keolker ATTEST 11161017 Secretary Bonnie I. Walton City Clerk err dba -TT A-k_GT",E C.,L,4 Firm Name M check one ❑ Individual ❑ Partnership (Corporation Incorporated in arr 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. wr err SPECS-MASTER.DOC\ 28 go eva., City of Ren ton Human Resources & Risk Management Department Insurance Information Form FOR: err PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coverages/limits specified in ❑ Yes ❑ No contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No �r Additional Insured wording provided?* ❑ Yes ❑ No Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No trr Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No rr. Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER .r GL Auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, ow extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. im Agency/Broker Completed By(Type or Print Name) w Address Completed By(Signature) Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE ■rr SPECS-MASTER.DOC\ 29 rr ON ENDORSEMENT 1 In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by am Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the(OWNER). 40. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a)activities performed by or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED,or(c)premises owned,leased or used by the NAMED INSURED. +r 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED 10 INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, ON any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees,subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights +�• of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each,except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled,reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a) the OWNER and (b) the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. Date Authorized Representative �r Signature w r err SPECS-MASTER.DOC 30 r CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS ■r The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the (CONTRACTOR) under Contract Number . The (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. +rr Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards rr • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) wr • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability +wi (2) Automobile Liability including all • Owned Vehicles "'� • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number •rr (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. err (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability-the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. .re err wrr ,,,,,, SPECS-MASTER.DOC 31 LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 ap *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liabilitv w Bodily Injury/Property Damage $ 1,000,000 (Each Accident) rrr Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 am Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect wr for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis wr Per Loss $ 1,000,000 Aggregate $ 1,000,000 ..r rrr rrr err SPECS-MASTER.DOC 32 "" ADDITIONAL REQUIREMENTS (CONTRACTOR)shall Name CITY OF RENTON,and its officers,officials,agents,employees and volunteers as Additional as Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested,prior to commencement of work. Further, all policies of insurance described above shall: rw 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five(45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The(CONTRACTOR)shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the (CONTRACTOR'S) expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. r The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two (2)years after completion of the project. `r r nrr orr r �r wn 4W SPECS-MASTER.DOC 33 go .. POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ow ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION m This endorsement modifies Insurance provided under the following: 10 COMMERCIAL GENERAL LIABILITY COVERAGE PART go SCHEDULE to Name of Person or Organization City of Renton VA �w (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown In the Schedule but only with respect to liability arising out of your ongoing operations performed for that Insured. wr SPECS-MASTER.DOC 34 aw +r. Insurance Requirements For the City of Renton Please provide this document to your insurance agent The City of Renton requires the industry standard: • $1,000,000 Commercial General Liability,with $2,000,000 in the aggregate • $1,000,000 Auto Liability(Needed if a vehicle will be used in performance of work. This would include delivery of products to worksite) • $1,000,000 Excess liability (if specified in contract) • Proof of Workers' Compensation coverage (provide the number) r • $1,000,000 Professional Liability (if specified in contract) Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy •. • Provide the endorsement page(s)from the polky(ies),evidencing Primary & Non-contributory,coverage • Modify the cancellation clause to state: aw "Should any of the above described policies be canceled before the expiration date thereof,the issuing company will mail 45 days written notice to the certificate holder to the left." aw • Put descriptive text of the project in the "Description of Operations' box • The certificate holder must read: City of Renton IM ATTN: (City project manager name/dept provided by your insured) (Address provided by your insured) (City, State, Zip) + .. 4W SPECS-MASTER.DOC 35 ACORDL,,, CERTIFICATE OF LIABILITY INSURANCE I DATE ``MODEM o PRODUCER FAX THIS CERTIFICATE 0 ISSUED A$A MATTER OF INFDRSIATXTN ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW. 00 NSURERS AFFORDNG COVERAGE INSURED INSURER A: INSURER B: M IJRER C: INSURER D: INSURER E '4 COVERAGES : THE POLICES OF MURANCE LISTED BE-OW HAVE BEEN ISSUED TO THE I/SURED HAYED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWMTHSTAtmNG ANY REQUNREIENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUIENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH eea POLICES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMID M) DATE(M OONY) LIMITED GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY H OMAGEf E $ 1000 000 4D CLAIMS MADE Q OCCUR FIRE�� °�� S �,� MED EXP(Any one person) $ 5,001) PHLSONAL&ADV INJURY S I DOD 000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ ZON,00D POLICY [:]PROJECT LOC PRODUCTS-COWIOP AGG S 1,000,001) � AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 4"ww ANY AUTO ma atc0em S 1;000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS BODILY INJURY �r ' 4 s PR PEPRR NTY DAMAGE $ aw GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY ALTO NIA OTHER THAN EA ACC AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ m ❑OCCUR p CLAIMS MADE AGGREGATE DEDUCTIBLE s RETENTION S s im WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'L LABILITY ITORY LIMITS I I ER E.L.EACH ACCIDENT $ El DISEASE-EA EMPLOYEE S OTHER El DISEASE-POLICY LIMIT S w DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ww City of Renton Is named as an ad&JorW insured CERTIFICATE HOLDER QX ADDITIONAL INSURED;INSURER L.E IT'ER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE ww City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO 1055 South 0"Way THE Renton, WA- 98055 AUTHORIZED REPRESENTATIVE 5 ear L L APPENDICES L L L r L L 'ECS-MASTER.DOC 37 L rir WA s APPENDIX -A �. SAMPLE FORMS `w ECS-MASTER.DOC 38 No .mes STATEMENT OF INTENT TO PAY PREVAILING WAGES m 21a.E n�- Public of C'mmict S-2-5-00 Filing Fee Regaired Large,bgd nwabe• r---.Vch immmmi.--as.an bm kx of fp m- 0-mm-Mus days pticoesm- g- Om-z:-a appav4d yasm-folma v >e,E.0sad mlia-e m, wabF.'"m. ........... ......... Compir!•,- add em.-,"mv.3im.a.&ZT±-4 -�kna ZLT-4 P�— Carm•,wLere k Cift wMie wal,was jA-;L-7EsJ 2n &-.a 1:2�s mm 1,C V I I m e:s.b e r,B-m-2 C Dri<,o�,mmmd w-use yzi Dater t�yrZIMe COBS; 1.L 0� - _:c i zo. ?-m d RRte oftorny!Emgre A-zae mmlfr ofo-mm. af hum-1*v Ali Z ,',F 5VT= Comp-tay amme Indkzte.to tl�.Uar smw=',f f�-az 1:2 ifs-m-3.noz is amd -ttqs 11i omp—ey C-u dat- %Tkuk-i:P70E.-Lva n.-M. --'�re pzml no '-A-a them RV age Pve-if as dots'-mm the lmdrstrix.t of sb-k MCU=- ............ ...... .. ....... ..... ..... ..... .... ........................ Cz .... . ......... ............................ ............ .......... ....... .. .... ...................... M. APPROITI), Depin—nas-rn a.,Labm,arid 1 asmsmi-� Af*,A-r APPROVAL,-,vrd 7ehite.copy to Cau"ITY C-op!-Le-.1 SPECS-MASTER.DOC 39 How to expedite the processing of your form:: REOURECG FOR PRCCEESSING ERR RS THAT CAUSE REJECTION Hing Fee --le or vimng:ann-ount, 525.0.9 fee: quked, AW Bid Due Cate ay..,d Galte G3qtract.4 -rllke Missing. J-"il,.v-,er.ddr-,t.ei,- rreb"-,dduee. d o n 1,--e h dace Nids.f-am,prmne contractor were due Im th:e cointract awarding ag'H-:rx:y. iftiL Craft no, Tinted,noes aev-fi..,o.-T do-es.not matt{3 pfevaic*ing,wage vacsuratmn fisti.n.-gs.. If the vvar� vmiz'l be perForvred by Drtners, state weri'Opeu.atctr'ur-Aer the':Crnft. 'section, aaad viage a--rd fnings need not be cornplete.d. Do iii,t th..-e numbel,-cl mwr..ers av-Jxe j.0. �'Individuaz-z v4h'o c;w.n l'�si of th.-:;:emompany-art aot t-n be 8] Lit t)e pg.-q i7•:t7'AJ3*.'.'i - ' wa g e All work subcontracted, If aii.WQ-M� m9li:be P,-..Ff i'led by eheck the a-p ro-p-riate b.n.:fin ffie kvm. llrs . P . Rate of audy"Pay Missing o,,., in carterat wsg5s. Enter the rate&hourly pay aac„rate oll' qvi.a.-Iffied fringr--.Hienefits,as de5nrnd LTY"'-'ii thast yoi3 vmi.H ra• ide W,*,tiev%,arliera. The aniount!'isted for"Rate of -H-ourfy Payo plus the aniount liisstad few the Rate of Houv.:y-Fuinge genet-ft",if any,:mull eqllaal or ex-s'eed he.Prevailing"krz e r e.ak 9 Estmnated number of wrtrkp-xs Wvs-&n Tool C-ol-lar A.,mo-un of Your Crv,.jtr-.a-,ct Wssi-ng—,E-rater lime and-malerWs-`-ff Tt,e exact dol,,'ar a-mount tfk�"[br-—rµ aired-on the Affiday.,t or-Wages •aW frorm. Cov^tractw Reg L trW-.'.-.on Na. o,-UBI Missing w r.-otre-g..'ztered. Compan-.4esaw required to ob ain a contracto."S-regsslrafi---m numb6r f".eeml Only'.."ntlkafe U-5 ,,*.,.e..fart toriaj: swveyi..r5g,true k drivirj).. Signature Nlf5sFng—1:ntent muatbe&:glned by an vithos-zed-m-pr-eseatative. A p-prentines: DD n.,:3t 33st;aEppenfi.-ces-er apprer-ticaskip W-agas on t�3iB SWE-nient of,rtant. IF ymu u.F,.E ap. menbees on t, a fl)LASi be €isted ot-. �P�.e Afgdav,* of VVag—e- ila.-td Itirm s vi'lll the Appreriftesh-'*p ar'd Counc. W'k-sin'30 cka-'�s offwe. Any warke�-z-not. a.5:Sush lrnurt be%-paild 'ic.-unney level viages. aw .:reva-'ling.-L ver"fy.mgirkrotion. and P[.rnbe,,-frak.e-.s gi--'.stsr.I ww t ' e.Dept.m rt sl Labor znd 1-m-W-s-t6es MUS 7 A'LS-D b* ffie data Ap.g. nike5-.h.,q i4r..:d Tfain'.;:7., qua`:*;lvftra-qpr�e- ice f-A-as. If 7ere is r.--cA eno,,3.vh_pace to'ist a!requi.rec,'ffvnn�tivn on one c fn,---se lbter.'t f0f S as reiide.d. Fie-Ase at ff=e to cl a Mh form-Pag* I of 2',"Page Z of Z etr N.* Nkc Apprvval of this€vdetit wW be based on the in kr8natio-1.1 provW Ed bq the ft d'-Lres svct s- i.gnify app:rovaf ire of the olassificattws-o Tabor used tq the L•&-,' ma-il appmved wil';tee Copy cf-IM 5 m,tem to 4ne-onga. t e fnv,i t of t-,)4-'o r .. Make a cc,py,-F y-su ;r ewtds -w-py of fn e apa raved lintp rl form nar a4 c-h emp Nn rier ni.,ust?30?i:r--0sted W.. 'p- s Ye f'ar G C-C 'mage rales zko�a-va.,'.*--abk:-w..,Ail-*"r--temEl at sLuineti ills Submit both copies (white and canary) and the$25.00:filing fee to: NIAN-AGENIENT SERVICES Pi-iaase folid rhkds Pso.the aiddresme DEPT.Of LABOR AND INDUSTRLES sho��,w m 3:w 4w er.-ve..'i.ope PO BOX 44835 OLYMPIA,WASHINGTON 9:85.0-4-4835 I or qw--vistions CWH(360)S:G-2-533E, 1244 a2pm-memp�-fLsboi nnd I><&.: ire AFFIDAVIT OF WAGES PAID 3-A 2!?%1 P i3r 2-5 3 3. public Nvork-s Contract -in S`0:5,00 ru s Fee Reo.m.red s. kvw N3;M TL-s forin-mint be .yped Dr PnMMd tC k3k. Fil:ic.mUtlar-k-5 z-r f%=.v ::e a---m tlei for c plaai�e anm a.-mim-mum-of 1:;'wnUag days f-or 12 t '-p.p 0 t M. vv 1 16 t..*p 0 5 5 t 4.r-.rl i L.e 2 t 2e e 5.t4 Sum T-rz*l C-wact pet,*= Pk---Q&0 Comt-vilete vzlkw.)f.perfamad ctt:r wwl-,vm-peflos-MeA go Da4ravirk ma*ted 2sfa iEd Dat-Mase-m-f fi%--d�Mmlev�y, wo Did,em momsd so,am t6le Cnft m-;t4i+(KC22mim.md;ippambre's.k:rx mr-l-mas'.1we.wwc rq.--W.nm X, www -n.im& Frilap'setofir. pmwnmBa m�gs zw I �w�A-ty cctt,, rye abvri §'wixmnm'om sa :.zmecr. fbm sl] sm sM Pmb! mx�s-Pjecs wev pild mQ ,`SK tim, the P.-e-TI:a 1 t ItVase -m: bry the lhmiixntri,�i Ctil Stan-zd;im.of Nlspus'm-emi of L3:;toz-end:--A�wanie.,-. Caulnsnu Razaal.-Mcir'N 'LC ZA. Mde .... .... ...................... ...... ..... ...:............. ........ ...:-.- ................ .......... ........ ...... ..... ................. ............ .............. .......... .......... . ............. ..... ... ........ .......... .................. ......... ..... ............ ........... .... ...... APPROVED!-., D --if_HIV. E IM-A IMAX.-Ts-M-es Cawn,upy-L&I Now to expedite the processing of your form.- REQUIRED OR PRC)CESSING ERRORS THAT C-AUSE.REJEC-MO N F k!ri.q. Fe f-e or wmng am..-c-unn. :25.00'51"inn fia r-K-.v.ireL Rid Due Dalme and Date—Iont-i-as--t Avva-ded Awzrd d'ate is b-efo:,e Ne,du:e date. Prevailirva b-as-ed,on. &,•g Wds fmll-p'n-i-n—e.ccnr&a%vtw wers dus to tqe awardi-n-,a- •cj Dale;4ozk mm.9,'a-yed -Miss,'...ng or a date it Vie f:jt�rz-, Date:intcnt Ris-1 Kisis ng-.Ar, �e appm.ve-d' fma'Stalement of 1--n•ent IoFay Preva�'-.ng W*ages bei--ng fled. Craft not ffste-d., C-�'does P itz?h viage C, Upation '.f th-e work was Pelwmedt-y vinersr;>artnets.,s„Tte i"x5rr:e d1 Fe 7'undeer a,-e'Traff-i:e, -�,and tii-a wn*a.!fd m ge.need r.-St 2�- e oo-,,Weted- Dc'-liv,+-.-e n.6—*,,er of Owners or the job. Who a lesx SO*0-' +,s compa".vy ave:Rot crons.dered io Ll---ow-ne0opersiors and, us psi6. wage aw .A11,nark subcontnoted. f a worf was imerfor mej by doxon:V�� Nlumber Kif wo.6,srs eac trade aw 7otx..n-urn-ber rjz hours wc;rked.-sac tri-de Rate al Fiourly Pay Or Inoczue:•t-images. Enter he of--houeq pay sn-d rate of qux.fed n%sudylr'--nqe blenef .as defha-d�y R.,3W;s>~.12 1•"1.,thal ym;:act�a,.'-Jy ow 71,*amo:ixt;js*,E.d far-Rate:at-dour'-?Y pay'p...ly V rte: 'for*.+.e"Rj"s of Fnngs eeenels'ts',if any,- us"-er'L4.,Z,-a-Y.-Ce4di tiI4 Fmvzik�ng'Wage:rate.. Appremftes+ in ri-3.3&0�1:r apprantke • l. U�st etach appre- tke by.narn�, rus"Mbef,tra-zis,vw-a?q.of dates zf V.?.O:rK-tcedsKmtk,sn fFe--oro; cf to ar-d of hour-y pL*y and 5-,nge MW 7,otn-',Do--.Ur r: -'Vcu,Cor-Arzt.at k:ss;n-g-En�S;e r annsunt i no '6i.m.-- tar:-£t' contmatx Fe4ivmstion%�o.s� Uss-41.-Y Dr •s! Com,paries nzo,"re qu--4-ed b-cbta-�i is svntr3-::1c3r's ry •'ejistFatmin mi.mbe-F,---eet cm jy ind—kate U2q janks-i-ria-1,s tr,,d-, Sqn ax�um A'ff,'davit must be s:.-r.sd by in s�jthorized reprSsente-nivek. rrr Any app-entze:not regi.stere.'I voth t!a'Washij.:gbn State -Avare.-n -ship and Trwir,..ng Cc<-jr-,•-R w&. ,.'.r. Q diwys:cfhVe most b*ZA4 v---evailkrm, ieumey eve? waaes for th-c- i*.-,nr-- tNs dits of exi "SWi S02-5321- •0 verif.y ant P'..'umber wi.k *Jie Des.,kMment of Labcr and kzustTi.;es M.U.ST A SQ,E:? :w.'th:ti-e was-h�mgton rr Sias Apprentecesh:ip an. 0-a�ffldl M-q-,Ualify FILIF Zpf,'M-Wv�ae If there is sapace ts,iist A.**l �n 0--ne use .arms as nsesied. P;:S.ase,ind-ica.—ts alf he top cfoea-cp--f0m)"image 1. of" .`Fagg:,:of N-0 is N-o IIYI Appmval of thfs Affid-avit be hased or,the infumation pnsvided by the €::dues not signify approval of the-a-lassiff a.Vtions r--,f tabor-used by the a,tar. rlrr ma-4 th.e wl-,.Ie on-py T-4is Af to a-n vfv�is Inr ;C-Cpy The yz�-,J- Freva,41--ing waq.L�-Tal:,e�s a-fK,avakk-*-on,-ie:ntsm-st at -'Ti: Submit both copies (white and canary)and the$25.00 filing fee to: MANAGEMENT SERVICES thiali-5 so the vaddre-&q DEPT. OF LABOR AND INDUSTRIES a wrdavv ervie."i-io pe PO BOX 44835 OLYUPIA,WASHINGTON 98504-4835. FvT We'ations CaH:P60)902-5335 NK"zffiew z af waee�, Hk-ot klxq 4/4 got J-4 K.• 44' G El El VI ale.100 o F AI tl•I Al Z4 iM V3 4A aw 4m rp 64 MF Aw lili-I llfli wl 61 fa I-e tell 1w pq kh 18, APPENDIX - B PREVAILING MINIMUM WAGE RATES L L L L L J ECS-MASTER.DOC 45 L 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 overtirne calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-03-07 ****R***tRR**#*t#**#fftt***ft*tRt##R*tt*f***#tt##t*t#**ttt*t#*tt###t##t**tt#ft#**t#****tt#t#****#**tRt1tR*#**t**t (See Benefit Code Key) Over PREVAILING Time Holiday Note r Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34.36 1M 5D BOILERMAKERS #1W JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42.47 1M 5A CABINET MAKERS(IN SHOP) rrr JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $41.43 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $41.33 1M 5D �r CARPENTER $41.33 1M 5D CREOSOTED MATERIAL $41.37 1M 5D DRYWALL APPLICATOR $41.31 1M 5D FLOOR FINISHER $41.40 1M 5D FLOOR LAYER $41.40 1M 5D FLOOR SANDER $41.40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $4227 1M 5D PILEDRIVERS, DRIVING,PULLING,PLACING COLLARS AND WELDING $41.47 1M 5D SAWFILER $41.40 1M 5D SHINGLER $41.40 1M 5D STATIONARY POWER SAW OPERATOR $41.40 1M 5D aw STATIONARY WOODWORKING TOOLS $41.40 IM 5D CEMENT MASONS JOURNEY LEVEL $42.26 1M 5D DIVERS b TENDERS As DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42.02 IT 5D 8L '4 ASSISTANT MATE(DECKHAND) $41.51 IT 5D 8L BOATMEN $42.02 IT 5D 8L ENGINEER WELDER $42.07 IT 5D 8L LEVERMAN,HYDRAULIC $43.64 IT 5D 8L MAINTENANCE $41.51 IT 5D 81- MATES $42.02 IT 5D 8L OILER $41.64 IT 5D 81- DRYWALL TAPERS JOURNEY LEVEL $41.14 1 E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 r. PECS-MASTERWC 46 am an KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classiflcatlm WAGE S&!k SQd.g Qft ELECTRICIANS-INSIDE CABLE SPLICER $52.30 1D 5A CABLE SPLICER(TUNNEL) $56.21 1D 5A CERTIFIED WELDER $50.53 1D 5A CERTIFIED WELDER(TUNNEL) $54.26 1D 5A CONSTRUCTION STOCK PERSON $27.32 1D 5A JOURNEY LEVEL $48.75 1D 5A JOURNEY LEVEL(TUNNEL) $52.30 ID 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $55.40 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35.92 4A 5A HEAD GROUNDPERSON $37.88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERATOR $37.88 4A 5A JOURNEY LEVEL LINEPERSON $49.64 4A 5A LINE EQUIPMENT OPERATOR $42.26 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37.88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 60 MECHANIC IN CHARGE $63.45 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12.70 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $29.68 1M 5D GLAZIERS JOURNEY LEVEL $42.41 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $45.13 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS 8 MASON TENDERS JOURNEY LEVEL $34.84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 1 INLAND BOATMEN ill CAPTAIN $38.04 1K 5B COOK $31.90 1 K 58 DECKHAND $31.59 1 K 58 ENGINEER/DECKHAND $34.37 1K 5B at MATE,LAUNCH OPERATOR $36.02 1K 5B Page 2 SPECS-MASTER.DOC 47 KING COUNTY Effective 03-03-07 im ►►*w xwxxxtxwwtx xtxtwxxxftxwxxtttfxxxtxw xwtfwtwxxxwwtwwtfftxfwwtwwtexwttrxxwwwxxfrwtrxtftwwxtxxttxewxtxxfwww*txwxxtx (See Benefit Code Key) Over "" PREVAILING Time Holiday Note Classification WAGE f& g Lgft S GUARDRAIL ERECTOR $34.36 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 5D aw HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 5D HAZARDOUS WASTE WORKER LEVEL C $34.36 1M 5D HIGH SCALER $35.20 1M 5D HOD CARRIERIMORTARMAN $34.84 1M 5D JACKHAMMER $34.84 1M 5D LASER BEAM OPERATOR $34.84 1M 5D MANHOLE BUILDER-MUDMAN $34.84 1M 5D MATERIAL YARDMAN $34.36 IM 5D MINER $35.20 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $34.84 1M 5D PRESSURE AIR&WATER ON CONCRETE 6 ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER i PAVEMENT BREAKER $34.84 IM 5D PILOT CAR $29.68 1 M 5D PIPE POT TENDER $34.84 1M 5D PIPE RELINER(NOT INSERT TYPE) $34.84 1 M 5D PIPELAYER 3 CAULKER $34.84 1M 5D PIPELAYER&CAULKER(LEAD) $35.20 1M 5D PIPEWRAPPER $34.84 1M 5D POT TENDER $34.36 1M 5D POWDERMAN $35.20 1M 5D POWDERMAN HELPER $34.36 1M 5D POWERJACKS $34.84 IM 5D RAILROAD SPIKE PULLER(POWER) $34.84 1M 5D RE-TIMBERMAN $35.20 1M 5D RIPRAP MAN $34.36 IM 5D RODDER $34.84 1M 5D SCAFFOLD ERECTOR $34.36 1M 5D SCALE PERSON $34.36 IM 5D SIGNALMAN $34.36 1M 5D SLOPER(OVER 20-) $34.84 1M 5D SLOPER SPRAYMAN $34.36 1M 51) SPREADER(CLARY POWER OR SIMILAR TYPES) $34.84 1M 513 SPREADER(CONCRETE) $34.84 IM 5D STAKE HOPPER $34.36 1M 5D STOCKPILER $34.36 1M 5D TAMPER&SIMILAR ELECTRIC,AIR 8 GAS $34.84 1M 51D TAMPER(MULTIPLE&SELF PROPELLED) $34.84 1M 5D TOOLROOM MAN(AT JOB SITE) $34.36 1M 5D ar TOPPER-TAILER $34.36 1M 5D TRACK LABORER $34.36 1M 5D TRACK LINER(POWER) $34.84 1M 5D TRUCK SPOTTER $34.36 IM 5D TUGGER OPERATOR $34.84 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $34.36 1M 5D VIBRATOR $34.84 IM 51) VINYL SEAMER $34.36 1M 5D WELDER $34.36 1M 5D WELL-POINT LABORER $34.84 1M 5D Page 4 rrr: PECS-MASTER.DOC 49 KING COUNTY Effecbve 03-03-07 *YRRRRRRYY*RRRRfiR*RRRRRRYRRRRRRRRRYfiRRRRRfiRRfiRfifiRRRRYRfi*RRRRfiRRRYRRRRRRRRRR*RRR*RRRRRRRRRYRfi*RfiRfiYfiRRRRRfiRRRRfifiYfi (See BenefR Code Key) Over PREVAILING Time Holiday Note Clawificatlon WAGE Code Sig Code go LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34.36 1M 5D PIPE LAYER $34.84 1M 5D e LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 > LATHERS JOURNEY LEVEL $41.31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15.86 1 JII� LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 ad MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $33.16 2B 5A PLASTERERS JOURNEY LEVEL $41.23 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42.35 IM 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42.84 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43.39 1M 5D 8L BACKHOES, (75 HP&UNDER) $41.93 IM 5D 8L BACKHOES, (OVER 75 HP) $42.35 1M 5D 8L BARRIER MACHINE(ZIPPER) $42.35 1M 5D 8L BATCH PLANT OPERATOR,CONCRETE $42.35 1M 5D 8L BELT LOADERS(ELEVATING TYPE) $41.93 1M 5D 8L BOBCAT(SKID STEER) $39.57 1M 5D 8L BROOMS $39.57 1M 5D 8L BUMP CUTTER $42.35 1M 5D 8L CABLEWAYS $42.84 1M 5D 8L CHIPPER $42.35 1M 5D 8L COMPRESSORS $39.57 1M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39.57 1M 5D 8L CONCRETE PUMPS $41.93 1M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 5D 8L CONVEYORS $41.93 1M 5D 8L Page 5 F SPECS-MASTER.DOC 50 KING COUNTY Effective 03-03-07 dft ***RR***fiRRRfi***fi****fi*fi****fifi****fiR*fi'R}*fiYl******t►*******'Rfifi1F*tY*7t**f***/r*R**Rl►}R*****fiR****1FR*}R*Rt*k*fififR***R*1t* (See Benefrt Code Key) Over i"' PREVAILING Time Holiday Note Classification WAGE Qft Qft Qft CRANES, THRU 19 TONS,WITH ATTACHMENTS $41.93 1M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42.35 1M 5D 8L No CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING $42.84 1M 5D SL JIB WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43.39 1M 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43.96 1 M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39.57 1M 5D 8L CRANES,A-FRAME,OVER 10 TON $41.93 1M 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44.52 1M 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42.35 1M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42.84 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS 8 OVER) $43.39 1M 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43.39 1M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43.96 1M 5D 8L wrr CRUSHERS $42.35 1M 5D 8L DECK ENGINEERIDECK WINCHES(POWER) $42.35 1M 51) 8L DERRICK,BUILDING $42.84 1M 5D SL DOZERS,D-9 8 UNDER $41.93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41.93 1M 5D 8L DRILLING MACHINE $42.35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39.57 1M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41.93 1M 5D 8L FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41.93 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39.57 1M 5D 8L GRADE ENGINEER $41.93 1M 5D 8L GRADECHECKER AND STAKEMAN $39.57 1M 5D 8L GUARDRAIL PUNCH $42.35 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41.93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41.93 1M 5D SL HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1M 5D 81- HYDRALIFTSBOOM TRUCKS(10 TON&UNDER) $39.57 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41.93 1M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42.84 1M 5D SL LOADERS,OVERHEAD(8 YD&OVER) $43.39 1M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42.35 1M 5D SL LOCOMOTIVES,ALL $42.35 1M 5D 8L MECHANICS,ALL $42.84 1M 51) 8L MIXERS,ASPHALT PLANT $42.35 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $42.35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41.93 1M 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42.84 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 5D 8L OPERATOR rrrc PAVEMENT BREAKER $39.57 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41.93 1M 5D 8L POSTHOLE DIGGER,MECHANICAL $39.57 1M 5D 8L POWER PLANT $39.57 1M 5D 8L PUMPS,WATER $39.57 1M 5D 8L Page 6 .�Ytsl:J-MAJ 11✓K.LUI, �1 rrr rrr nllry Effective 03-03-07 RRYRRRRRR*RR*RYRYR*RRR**RRRRR***YRRYYRRYYY*Y*RRRRRR*RRR**RYY*R*YRR**RRY**YYRRY*R*RRRRYYRRYRRYYRYYYYYY*RR*YYRY**** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classlficatian WAGE Qm fak Sk wi QUAD 9,D-10,AND HD41 $42.84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L EQUIP rrll RIGGER AND BELLMAN $39.57 1M 5D 8L ROLLAGON $42.84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39.57 1M 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41.93 1M 5D 8L ail ROTO-MILL,ROTO-GRINDER $42.35 1M 5D 8L SAWS,CONCRETE $41.93 1M 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.35 1M 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42.84 1M 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41.93 1 M 5D 8L mill SCREED MAN $42.35 1M 5D 8L SHOTCRETE GUNITE $39.57 1M 5D 8L SLIPFORM PAVERS $42.84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42.35 1M 5D 8L SUBGRADE TRIMMER $42.35 1M 5D SL TOWER BUCKET ELEVATORS $41.93 1M 5D 8L TRACTORS, (75 HP&UNDER) $41.93 1M 5D 8L TRACTORS,(OVER 75 HP) $42.35 1M 5D 81- TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42.84 1M 5D 8L TRENCHING MACHINES $41.93 1M 5D 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42.35 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 1M 5D 8L WHEEL TRACTORS, FARMALL TYPE $39.57 1M 5D 8L YO YO PAY DOZER $42.35 1M 5D 8L lei POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A 89 SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A - TREE TRIMMER $31.88 4A 5A TREE TRIMMER GROUNDPERSON $24.03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53.01 1 G 5A RESIDENTIAL BRICK&MARBLE MASONS 1 JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.6 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $41.14 1E 5P RESIDENTIAL ELECTRICIANS 414 JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27.89 1H 5G Page 7 JYbI:J-MAJ 1bK.11Ul; �L ad Effechve 03-03-07. . RRK*x*x*RRR*x*x*x**xRx*****Rx*xx*x********xxR*R*x*x**RxxR*RRRxx*Rx*x***xRxR*x*x*x***RxRxxxx4*RKxxRx**x*R*xx**xR*R (See Benefit Code Key) Over PREVAILING Time Holiday Note ■r Classificatlon WAGE Stee _Q01 C 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 wr JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53.01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29.76 18 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS rr JOURNEY LEVEL $40.33 18 5A ROOFERS JOURNEY LEVEL $35.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49.97 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 rr SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 rrr SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 18 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53.24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29.89 28 5A HOLE DIGGER/GROUND PERSON $16.81 2B 5A INSTALLER(REPAIRER) $28.68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 28 5A SPECIAL APPARATUS INSTALLER 1 $29.89 28 5A �r SPECIAL APPARATUS INSTALLER 11 $29.30 2B 5A Page 8 WA ift PECS-MASTER.DOC 53 �r KING COUNTY Effective 03-0307 Alt•R■RRtf}R••R•'RR*ftR•1f`ttgt1lf11r1■fltlr♦/Y11t1Rf R•RRYfR}♦Rtt 1f**11}RR*1r'R•RUt lfflRft RA♦tiwx ttRY111t7t•*frYt RfYkftt'AR•*AYl tt kft tYt•ttftt (See Benefit Code Key) Over PREVAILING Time Hofiday Note Classification WAGE Cade Sag Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29.89 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27.82 2B 5A TELEVISION GROUND PERSON $15.96 28 5A TELEVISION LINEPERSON/INSTALLER $21.17 2B 5A TELEVISION SYSTEM TECHNICIAN $25.15 2B 5A TELEVISION TECHNICIAN $22.64 2B 5A TREE TRIMMER $27.82 28 5A No TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40.33 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $34.16 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34.90 iK 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39.04 IT 5D 8L wi ASPHALT MIX(OVER 16 YARDS) $39.62 IT 5D 8L DUMP TRUCK $39.04 IT 5D 8L DUMP TRUCK&TRAILER $39.62 IT 5D 8L OTHER TRUCKS $39.62 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 (lam Page 9 SPECS-MASTER.DOC 54 PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression 88 Hour Range Code Code Wage Code ASBESTOS ABATEMENT WORKERS JOURNEYLEVEL ENVIRONMENTAL CONTROL PAINTERS 1 0000-1000 HOURS 50.00% $18.43 1M 51) 2 1001-2000 HOURS 60.00% 521.06 1M 51) 3 2001-3000 HOURS 75.00% $27.10 1M 5D 4 3001-4000 HOURS 90.00% $31.45 1M 5D 1 0000-1000 HOURS 60.00% $23.86 1M 5D 2 1001-2000 HOURS 70.00% $26.48 1M 5D 3 2001-3000 HOURS 80.00% $29.11 1M 5D 4 3001-4000 HOURS 90.00% $31.73 iM 5D BOILERMAKERS JOURNEY LEVEL 1 0000-1000 HOURS 70.00% $23.32 1 2 1001-2000 HOURS 75.00% $24.99 1 3 2001-3000 HOURS 80.00% $26.66 1 4 3001-4000 HOURS 85.00% $28.32 1 5 4001-5000 HOURS 90.00% $29.99 1 6 5001-6000 HOURS 95.00% $31.65 1 BRICK AND MARBLE MASONS JOURNEYLEVEL 1 0000-0750 HOURS 50.00% $25.49 1M 5A 2 0751-2250 HOURS 55.00% $27.05 1M 5A 3 2251-3000 HOURS 60.00% $28.62 1M 5A 4 3001-3750 HOURS 70.00% $31.74 1M 5A 5 3751-4500 HOURS 80.00% $34.87 1M 5A 6 4501-5250 HOURS 90.00% $37.99 1M 5A 7 5251-6000 HOURS 95.00% $39.56 1M 5A CARPENTERS CARPE�rrEe 1 0000-1000 HOURS 60.00% $25.30 1 M 51) 2 1001-2000 HOURS 65.00% $30.69 1M 5D 3 2001-3000 HOURS 70.00% $32.21 1M 5D 4 3001-4000 HOURS 75.00% $33.73 1M 51) 5 4001-5000 HOURS 80.00% $35.25 1M 5D 6 5001-6000 HOURS 85.00% 536.77 1 M 51) rr 7 6001-7000 HOURS 90.00% $38.29 1M 51) 8 7001-8000 HOURS 95.00% $39.81 1M 5D DRYWALL APPLICATOR DRYWALL,METAL STUD,AND CEILING APPLICATORS 1 0000-0700 HOURS 50.00% $22.25 1 M 5D 2 0701-1400 HOURS 60.00% $29.16 1M 5D 3 1401-2100 HOURS 68.00% $31.59 1M 51) 4 2101-2800 HOURS 76.00% $34.02 1M 51) Wr 5 2801-3500 HOURS 84.00% $36.45 1M 51) Pagel rrr ow PECS-MASTER.DOC 55 ir. PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/312007 Prevailing Overtime Holiday Note Stage of Progression 88 Hour Range Code Code Wage Code 6 3501-4200 HOURS 92.00% $38.88 1M 5D ACOUSTICAL WORKER 1 0000-1000 HOURS 50.00% $22.31 1M 5D 2 1001-2000 HOURS 60.00% $29.23 1M 51) 3 2001-3000 HOURS 68.00% $31.67 1M 51) 4 3001-4000 HOURS 76.00% $34.11 1M 5D 5 4001-5000 HOURS 84.00% $36.55 1M 5D 6 5001-6000 HOURS 92.00% $38.99 1M 5D MILLWRIGHT AND MACHINE ERECTORS 1 1st Period 60.00% $25.86 1M 5D 2 2nd Period 65.00% $31.30 1 M 5D 3 3rd Period 70.00% $32.87 1 M 5D 4 4th Period 75.00% $34.44 1 M 5D 5 5th Period 80.00% S36.00 1 M 5D 6 6th Period 85.00% 537.57 1 M 5D 7 7th Period 90.00% 539.14 1 M 5D 8 81h Period 95.00% $40.70 1 M 5D ■r PILEDRNERS DRMNG PULLING PLACING COLLARS AND WELDING 1 1st Period 60.00% $25.38 1M 5D 2 2nd Period 65.00% $30.78 1 M 5D 3 3rd Period 70.00% $32.31 1 M 5D 4 4th Period 75.00% $33.84 1 M 5D 5 5th Period 80.00% $35.36 1 M 5D 6 6th Period 85.00% $36.89 1 M 5D 7 7th Period 90.00% $38.42 1 M 5D 8 8th Period 95.00% $39.94 1 M 5D BRIDGE DOCK AND WARF CARPENTERS 1 1st Period 60.00% $25.30 1M 5D , 2 2nd Period 65.00% 530.69 1 M 5D 3 3rd Period 70.00% $32.21 1 M 5D 4 4th Period 75.00% $33.73 1 M 5D 5 5th Period 80.00% $35.25 1 M 5D 6 6th Period 85.00% $36.77 1 M 5D 7 7th Period 90.00% $38.29 1 M 5D 8 81h Period 95.00% $39.81 1 M 51) CEMENT MASONS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $26.92 1M 5D 2 1001-2000 HOURS 60.00% $29.98 1M 5D 3 2001-3000 HOURS 70.00% $33.05 1M 5D 4 3001-4000 HOURS 80.00% $36.12 1M 5D 5 4001-5000 HOURS 90.00% $39.19 1M 5D 6 5001-6000 HOURS 95.00% $40.73 1M 5D DRYWALL TAPERS Page 2 r SPECS-MASTER.DOC 56 n PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES • EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression 88 Hour Range Code Code Wage Code JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $26.84 1E 5P 2 1001-2000 HOURS 55.00% $28.27 1E 5P 3 2001-3000 HOURS 65.00% $31.13 1E 5P 4 3001-4000 HOURS 75.00% $33.99 1E 5P 5 4001-5000 HOURS 85.00% $36.85 1E 5P 6 5001-6000 HOURS 90.00% $38.28 1 E 5P ELECTRICIANS-INSIDE JOURNEY LEVEL 1 0000-1000 HOURS 40.00% $21.49 1D 5A 2 1001-2000 HOURS 50.00% $25.05 1D 5A 3 2001-3500 HOURS 55.00% $30.09 11) 5A 4 3501-5000 HOURS 65.00% 634.23 1D 5A 5 5001-6500 HOURS 75.00% $38.39 1D 5A 6 6501-8000 HOURS 85.00% $42.53 1D 5A ELECTRICIANS-POWERUNE CONSTRUC77ON JOURNEY LEVEL LINEPERSON 1 0000-1000 HOURS 60.00% $32.03 4A 5A 2 1001-2000 HOURS 63.00% $33.20 4A 5A 3 2001-3000 HOURS 67.DD% $34.76 4A 5A 4 3001-4000 HOURS 72.00% $36.71 4A 5A 5 4001-5000 HOURS 78.OD% $39.05 4A 5A 6 5001-6000 HOURS 86.00% $42.17 4A 5A 7 6001-7000 HOURS 90.00% $43.73 4A 5A POLE SPRAYER 1 OODD-1000 HOURS 85.70% $42.06 4A 5A 2 1001-2000 HOURS 89.80% $43.66 4A 5A 3 2001-3000 HOURS 92.80% $44.83 4A 5A ELEVATOR CONSTRUCTORS arr MECHANIC 1 ODOO-1000 HOURS 50.D0% $20.69 4A 6Q 2 1001-1700 HOURS 55.00% $37.36 4A 6Q 3 1701-3400 HOURS 65.00% $41.76 4A 6Q 4 3401-5100 HOURS 70.00% $44.55 4A 6Q 5 5101.6800 HOURS 80A0% $48.97 4A 60 ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ®ir 1 0000-1000 HOURS 55.00% $17.05 1 2 1001-2000 HOURS 60.00% $18.60 1 3 2001-3000 HOURS 65.00% $20.15 1 4 3001.4000 HOURS 70.00% $21.70 1 w, 5 4001-5000 HOURS 75.DD% $23.25 1 6 5001-6000 HOURS 80.00% $24.80 1 7 6001-7000 HOURS 85.DD% $26.35 1 Page 3 wr �r wri 'PEGS-MASTER.DOC 57 .rr �.r PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression 88 Hour Range Code Code Wage Code 8 7001-8000 HOURS 95.00% $29.45 1 TELECOMMUNICATION TECHNICIANS wr TFr ECOMAIUNICATION TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 55.00% $12.52 1 2 1001-2000 HOURS 60.00% $13.66 1 3 2001-3000 HOURS 65.00% $14.79 1 4 3001-4000 HOURS 70.00% $15.93 1 5 4001-5000 HOURS 75.00% $17.07 1 6 5001-6000 HOURS 80.00% $18.21 1 7 6001-7000 HOURS 85.00% $19.35 1 8 7001-8000 HOURS 95.00% $21.62 1 GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 45.00% $21.83 1H 5G 2 1001-2000 HOURS 50.00% $23.71 1H 5G 3 2001-3000 HOURS 55.00% $25.58 1H 5G 4 3001-4000 HOURS 60.00% $27.45 1H 5G 5 4001-5000 HOURS 65.00% $29.32 1H 5G 6 5001-6000 HOURS 70.00% $31.19 1H 5G 7 6001-7000 HOURS 80.00% $34.93 1H 5G 8 7001-8000 HOURS 90.00% $38.67 1H 5G HEAT d FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 1 0000-1000 HOURS 40.00% $24.92 13 5J 2 1001-2000 HOURS 45.00% $26.61 1S 5J 3 2001-3000 HOURS 50.00% $28.29 1S 5J 4 3001-4000 HOURS 55.00% $29.97 1S 5J 5 4001-6000 HOURS 65.00% $33.34 1S 5J 6 6001-8000 HOURS 75.00% 536.71 1S 5J 7 8001-10000 HOURS 85.00% $40.08 1S 51 HOD CARRIERS 6 MASON TENDERS JOURNEY LEVEL 1 0000-1000 HOURS 60.00% $23.86 1M 5D 2 1001-2000 HOURS 70.00% $26.48 1M 5D 3 2001-3000 HOURS 80.00% 529.11 1M 5D 4 3001-4000 HOURS 90.OD% $31.73 1M 5D INSULATION APPLICATORS JOURNEY LEVEL 1 OD00-1000 HOURS 50.00% $22.23 1M 5D 2 1001-2000 HOURS 60.00% $29.13 1 M 5D 3 2001-3000 HOURS 75.00% $33.69 1M 5D 4 3001-4000 HOURS 90.00% $38.24 1M 5D IRONWORKERS Page 4 nr SPECS-MASTER.DOC 58 rRCVnu.nw nnvV- Rn1ca FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression&&Hour Range Code Code Wage Code JOURNEYLEVEL 1 0000-0750 HOURS 65.00% $27.48 10 5A 2 0751-1500 HOURS 70.00% $29.05 10 5A 3 1501-2250 HOURS 75.00% $38.38 10 5A 4 2251-3000 HOURS 80.00% $39.95 10 5A 5 3001-3750 HOURS 90.00% $43.10 10 5A 6 3751-4500 HOURS 90.00% $43.10 10 5A 7 4501-5250 HOURS 95.00% $44.68 10 5A 8 5251-6000 HOURS 95.00% $44.68 10 5A LABORERS GENERAL LABORER 1 0000-1000 HOURS 60.00% $23.86 1M 5D 2 1001-2000 HOURS 70.00% $26.48 1M 5D 3 2001-3000 HOURS 80.00% $29.11 1M 5D 4 3001-4000 HOURS 90.00% $31.73 1M 5D LABORERS-UNDERGROUND SEWER 6 WATER GENERAL LABORER 1 ODOO-1000 HOURS 60.00% $23.86 1M 5D �r 2 1001-2000 HOURS 70.00% $26.48 1M 5D 3 2001-3000 HOURS 80.00% $29.11 1M 5D 4 3001-4000 HOURS 90.00% $31.73 1M 5D LATHERS rrr JOURNEY LEVEL 1 WOO-0700 HOURS 50.00% $22.25 1M 5D 2 0701-1400 HOURS 60.00% $29.16 1M 5D 3 1401-2100 HOURS 68.00% $31.59 1M 5D 4 2101-2800 HOURS 76.00% $34.02 1M 5D 5 2801-3500 HOURS 84.00% $36.45 1 M 5D 6 3501-4200 HOURS 92.00% $38.88 1M 5D PAINTERS �r JOURNEYLEVEL 1 0000-0750 HOURS 52.00% $19.27 28 5A 2 0751-1500 HOURS 56.00% $20.32 26 5A 3 1501-2250 HOURS 60.00% $21.37 2B 5A 4 2251-3000 HOURS 64.00% $23.26 2B 5A 5 3001-3750 HOURS 68.00% $24.36 28 5A 6 4DOI-4800 HOURS 72.00% $25.45 2B 5A PLASTERERS err JOURNEYLEVEL 1 0000-0500 HOURS 40.00% $19.49 1R 5A 2 0501-1000 HOURS 45.00% 620.84 1R 5A 3 1001-1500 HOURS 45.00% $26.46 1R 5A 4 1501-2000 HOURS 50.00% $27.80 1R 5A 5 2001-25DO HOURS 55.00% $29.14 1R 5A Page 5 .r. wrr PECS-MASTER.DOC 59 w PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression 88 Hour Range Code Code Wage cod* 6 2501-3000 HOURS 60.00% $30.49 1R 5A 7 3001-3500 HOURS 65.DO% $31.83 1R 5A 8 3501-4000 HOURS 70.00% $33.17 1R 5A 9 4001-4500 HOURS 75.00% $34.52 1R 5A 10 4501-5000 HOURS 80.00% $35.86 1R 5A 11 5001-5500 HOURS 85.00% $37.20 1R 5A 12 5501-6000 HOURS 90.00% 538.54 1R 5A 13 6001-6500 HOURS 95.00% $39.89 1R 5A 14 6501-7000 HOURS 95.DD% $39.89 1R 5A PLUMBERS b PIPEFITTERS JOURNEY LEVEL 1 0000-2000 HOURS 50.00% $29.93 1G 5A me 2 2001-4000 HOURS 62.50% $40.82 1G 5A 3 4001-6000 HOURS 70.00% $43.73 1G 5A 4 6001-8000 HOURS 75.00% $45.67 1G 5A 5 8001-10000 HOURS 85.00% $49.57 1G 5A rr POWER EQUIPMENT OPERATORS BACKHOES. (75 HP a UNDER) ALL EQUIPMENT 1 0000-1000 HOURS 65.DO% $31.28 1M 5D 8L 2 1001-2000 HOURS 70.00% $32.80 1M 51) 8L 3 2001-3000 HOURS 75.00% $34.32 1M 5D 8L 4 3001-4000 HOURS 80.00% $35.84 1M 5D 8L 5 4001-5000 HOURS 90.00% $38.89 1M 51) 81- rrr 6 5001-6000 HOURS 95.00% $40.41 1M 51) 81. POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER b WATER (SEE POWER EQUIPMENT OPERATORS) 1 0000-1000 HOURS 65.00% $31.28 me 2 1001-2000 HOURS 70.00% $32.80 3 2001-3000 HOURS 75.00% $34.32 4 3001-4000 HOURS 80.00% $35.84 5 4001-5000 HOURS 90.00% $38.89 6 5001-6000 HOURS 95.DO% $40.41 POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000-1000 HOURS 75.00% $25.17 4A 5A 2 1001-2000 HOURS 80.00% $26.34 4A 5A 3 2001-3000 HOURS 85.00% $27.52 4A 5A 4 3001-4000 HOURS 90.00% $28.70 4A 5A REFRIGERA77ON b AIR CONDITIONING MECHANICS MECHANIC 1 ODOO-2000 HOURS 50.00% $28.59 1G 5A 2 2DOI 4000 HOURS 62.50% $37.54 1G 5A 3 4001-60DO HOURS 70.00% $40.64 1G 5A Page 6 SPECS-MASTER.DOC 60 ■e FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/312007 Prevailing Overtime Holiday Note Stage of Progression 88 Hour Range Code Code Wage Code 4 6001-8000 HOURS 75.00% $42.70 1G 5A 5 8001-10000 HOURS 85.00% $46.82 1G 5A e RESIDENTIAL CARPENTERS JOURNEYLEVEL 1 1st Period 60.00% $14.08 1 2 2nd Period 65.00% $15.26 1 s. 3 3rd Period 70.00% $16.43 1 4 4th Period 75.00% $17.60 1 5 5th Period 80.00% $18.78 1 6 6th Period 85.00% $19.95 1 7 7th Period 90.00% $21.12 1 8 8th Period 95.00% $22.30 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 1 0000-0900 HOURS 50.00% $13.12 1 2 0901-1800 HOURS 55.00% $14.43 1 3 1801-2700 HOURS 75.00% $19.68 1 4 2701-4000 HOURS 85.00% $22.30 1 RESIDENTIAL GLAZERS JOURNEY LEVEL 1 0000-1000 HOURS 55.00% $17.54 1H 5G 2 1001-2000 HOURS 60.00% $18.69 1H 5G 3 2001-3000 HOURS 65.00% $19.84 1H 5G 4 3DDl-4000 HOURS 70.00% $20.99 1H 5G 5 4001-5000 HOURS 80.00% $23.29 1H 5G 6 5001-6000 HOURS 90.00% $25.59 1H 5G RESIDENTIAL PLUMBERS d PIPEFITTERS JOURNEYLEVEL 1 0000-1000 HOURS 55.00% $12.62 1 aw 2 1001-2000 HOURS 65.00% $14.92 1 3 2001-4000 HOURS 75.00% $17.21 1 4 4001-6000 HOURS 85.00% $19.51 1 RESIDENTIAL SHEET METAL WORKERS or JOURNEY LEVEL MELD OR SHOP) 1 0000-0900 HOURS 55.00% $10.71 1 2 0901-1800 HOURS 60.00% $11.69 1 3 1801-2700 HOURS 65.00% $12.66 1 4 2701-3600 HOURS 70.00% $13.64 1 5 3601-4500 HOURS 75.DD% $14.61 1 6 4501-5400 HOURS 80.OD% $15.58 1 ROOFERS JOURNEY LEVEL 1 0000-0820 HOURS 60.00% $23.23 1R 5A 2 0821-1630 HOURS 67.00% $25.03 1R 5A Page 7 e� 'PECS-MASTER.DOC 61 r Ow PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression 88 Hour Range Code Code Wage Code 3 1631-2450 HOURS 74.00% $26.82 1R 5A 4 2451-3270 HOURS 81.00% $30.91 111 5A 5 3271-4080 HOURS 88.00% $32.71 1R 5A 6 4081-4899 HOURS 95.00% $34.50 1 R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) 1 0000-2000 HOURS 45.00% $21.91 1E 6L 2 2001-3000 HOURS 50.00% $30.19 1E 6L 3 3001-4000 HOURS 55.00% $32.04 1E 6L 4 4001-5000 HOURS 60.00% $33.92 1E 6L 5 5001-6000 HOURS 65.00% $35.79 1E 6L 6 6001-7000 HOURS 70.00% $37.65 1E 6L 7 7001-8000 HOURS 75.00% $39.52 1E 6L 8 8001-9000 HOURS 80.00% $41.38 1E 6L 9 9001-10000 HOURS 85.00% $43.26 1E 6L rl SOFT FLOOR LAYERS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $17.15 1B 5A 2 1001-2000 HOURS 60.00% $20.46 1B 5A 3 2001-3000 HOURS 70.00% 525.31 113 5A 4 3001.4000 HOURS 75.D0% $26.72 1B 5A 5 4001-5000 HOURS 80.00% $28.12 18 5A 6 5001-6000 HOURS 85.00% $29.53 18 5A 7 6001-7000 HOURS 90.00% $30.94 1B 5A 8 7001-8000 HOURS 95.00% $32.35 1 B 5A SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL 1 1st Period 40.00% $21.90 1X 5C 2 2nd Period 42.00% $22.65 1X 5C 3 3N Period 44.00% $23.41 Ix 5C 4 4th Period 47.00% $24.55 1X 5C 5 5th Period 52.00% $29.79 1X 5C 6 6th Period 57.00% $31.69 1X 5C 7 7th Period 62.00% $33.83 1X 5C 8 8th Period 65.00% 534.97 1X 5C 9 9th Period 75.00% 536.26 1X 5C 10 10th Period 80.00% $41.15 ix 5C nLF-MARBLE& TERRAZZO FINISHERS FINISHER 1 0000-1000 HOURS 50.00% $23.34 1B 5A 2 1001-2500 HOURS 55.00% $24.75 18 5A 3 2501-3500 HOURS 60.00% $26.14 18 5A 4 3501-4500 HOURS 70.00% $28.96 1B 5A TERRAZZO-WORKERS A TILE SETTERS_ Page 8 rr/► SPECS-MASTER.DOC 62 PREVAILING WAGE RATES FOR KING COUNTY APPRENTICES +�r EFFECTIVE DATE 3/312007 +�+ Prevailing Overtime Holiday Note Stage of Progression 88 Hour Range Code Code Wage Code JOURNEYLEVEL 1 0000-1000 HOURS 50.00% $24.00 18 5A 2 1001-2500 HOURS 55.00% $25.47 1B 5A 3 2501-3500 HOURS 60.00% $26.93 18 5A ar 4 3501-4500 HOURS 70.00% $29.87 18 5A 5 4501-5500 HOURS 80.00% $32.81 1 B 5A 6 5501-6250 HOURS 90.00% $35.74 18 5A 7 6251-7000 HOURS 95.00% $37.21 18 5A TRAFRC CONTROL STRIPERS JOURNEYLEVEL 1 0000-0500 HOURS 60.00% $14.69 1K 5A 2 0501-1000 HOURS 60.00% $20.01 1K 5A �r 3 1001-2333 HOURS 60.00% $23.11 1K 5A 4 2334-4666 HOURS 73.0096 $26.94 1K 5A 5 4667-7000 HOURS 88.00% $31.36 1K 5A TRUCK DRIVERS DUMP TRUCK ALL TRUCKS 1 0000-0700 HOURS 70.00% $30.92 IT 5D 8L 2 0701-1400 HOURS 80.00% $33.63 IT 5D 8L ar 3 1401-2100 HOURS 90.00% $36.33 IT 5D 8L tr No r rr Page 9 PECS-MASTER.DOC 63 *a go sessss•sssssssss►s►ssssssssssssssesss►rrs►rssssssrsasesssrstartsssassassssassssssssassssrrsasssasss ssrss►srsssassssssss► 011JU ME CODES OVERTIME CALCLLATIONS ARE BASED ON THE HOURLY RATE ACTCALLY PAID TO THE WORIfR ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAUM G RATE OF WAGE ML\-US THE io HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEER SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TRIES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND TEE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN(10) HOUR WORKWEEK DAY AND THE FIRST EIGHT(8)HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TRIES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TRIES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TAMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR- TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TRIES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TRIES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN(10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. IL. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TRIES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TRIES THE HOURLY RATE OF WAGE. ALL HOURS WORD ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TABS THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P_ ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT)AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORDED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. � SPECS-MASTER.DOC 64 1. Q. THE FIRST TR'O(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN(10) go HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE as HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. OD S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TAMES THE HOURLY RATE OF WAGE. fm T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. .w U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TAMES THE HOURLYRATE OF WAGE. go V. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. rr W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER))SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE_ ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. A- THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO IBM THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY rr RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORLD ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. nr E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ar F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TMMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. ar H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. >PECS-MASTER.DOC 65 ON .. -3- 2. I. ALL HOURS WORLD ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TAMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. q M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)HOURS PER WEER SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS. NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORML DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). L HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS°DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9). Q. PAID HOLIDAYS: NEW YEARS DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). R PAID HOLIDAYS: NERD YEARS DAY,MEMORLAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY n1l AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(71.2). SPECS-MASTER.DOC 66 wry -+- to 5. S. PAID HOLIDAYS: NET YEAR'S DAY,PRESIDENTS'DAY.MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR is DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(10). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. 40 W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON"S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). +�w Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). +rr 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). B. PAID HOLIDAYS:NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY.THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). C. HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING AL DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY(I 1)_ I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY('n. L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY. + THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, rr THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY: PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY,MEMORIAL- DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE ow CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE do EMPLOYEE'S CHOICE(9). W_ PAID HOLIDAYS: NEW YEARS DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS we DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10)_ X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING vw DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). ,PECS-MASTER.DOC 67 to r. BENEFIT CODE KEY-EFFECTI M 03-03-07 -5- NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET � OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET got OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED R IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: S0.75. LEVEL B:50.50,AND LEVEL C:50.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:S1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: 51.00, LEVEL B:SO.75,LEVEL C-50.50.AND LEVEL D:$0.25. Ali wi ■i1t Tilt SPECS-MASTERDOC 68 rw L APPENDIX - C L' SPECIAL PROVISIONS L L L L L L L LSPECS-MASTER.DOC as SP-# wrSPECIAL PROVISIONS..............................................................................................................7 1-01 DEFINITIONS AND TERMS.............................................................................................7 1-01.1 General...............................................................................................................................7 1-01.3 Definitions.........................................................................................................................7 1-02 BID PROCEDURES AND CONDITIONS......................................................................8 1-02.6 Preparation of Proposal...................................................................................................9 1-02.6(1) Proprietary Information.............................................................................................9 +rr 1-02.12 Public Opening of Proposals..........................................................................................9 1-03 AWARD AND EXECUTION OF CONTRACT................................................................9 1-03.1 Consideration of bids 1-03.2 Award of Contract............................................................................................................9 'ar 1-03.3 Execution of Contract......................................................................................................9 1-04 SCOPE OF WORK...........................................................................................................10 to 1-04.2 Coordination of Contract Documents..........................................................................10 1-04.3 Contractor-Discovered Discrepancies...........................................................................10 1-04.4 Changes...........................................................................................................................11 1-04.8 Progress Estimates and Payments................................................................................. 11 1-04.11 Final Cleanup................................................................................................................11 .r 1-05 CONTROL OF WORK.....................................................................................................11 1-05.4 Conformity With and Deviation from Plans and Stakes.............................................11 1-05.4(3) Contractor Supplied Surveying...............................................................................12 1-05.4(4) Contractor Provided As-Built Information.............................................................13 WA 1-05.7 Removal of Defective and Unauthorized Work...........................................................13 1-05.11(3) Operational Testing..................................................................................................14 1-05.14 Cooperation with Other Contractors..........................................................................14 1-05.18 Contractor's Daily Diary.............................................................................................14 1-06 CONTROL OF MATERIAL............................................................................................15 1-06.1 Approval of Materials Prior to Use...............................................................................15 1-06.2(1) Samples and Tests for Acceptance............................................................................16 1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................16 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................16 1-07.1 Laws to be Observed......................................................................................................16 1-07.6 Permits and Licenses......................................................................................................16 rr SP-1 NE 4t°Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 +r girt SP-# 1-07.9(5) Required Documents.................................................................................................16 1-07.11(11) City of Renton Affidavit of Compliance...............................................................17 1-07.12 Federal Agency Inspection...........................................................................................17 1-07.13(1) General......................................................................................................................17 1-07.16(1) Private/Public Property...........................................................................................17 1-07.17 Utilities and Similar Facilities 1-07.17(1) Interruption of Services...........................................................................................20 1-07.18 Public Liability and Property Damage Insurance.....................................................20 1-07.18(1) General......................................................................................................................20 1-07.18(2) Coverages..................................................................................................................21 1-07.18(3) Limits........................................................................................................................23 1-07.18(4) Evidence of Insurance..............................................................................................23 as 1-07.22 Use of Explosives...........................................................................................................24 1-07.23(1) Construction Under T raffic.....................................................................................24 r 1-08 PROSECUTION AND PROGRESS................................................................................25 1-08.0 Preliminary Matters.......................................................................................................25 at 1-08.0(1) Preconstruction Conference......................................................................................25 1-08.1 Subcontracting...............................................................................................................26 1-08.2 Assignment............................................................ ....26 ...................................................... 1-08.3 Progress Schedule...........................................................................................................26 1-08.5 Time For Completion.....................................................................................................28 arii 1-08.6 Suspension of Work........................................................................................................29 1-08.9 Liquidated Damages.......................................................................................................29 nw 1-08.11 Contractor's Plant and Equipment.............................................................................29 1-08.12 Attention to Work.........................................................................................................30 1-09 MEASUREMENT AND PAYMENT...............................................................................30 1-09.1 Measurement of Quantities............................................................................................30 1-09.3 Scope of Payment............................................................................................................31 1-09.6 Force Account.................................................................................................................32 1-09.7 Mobilization....................................................................................................................32 1-09.9 Payments.........................................................................................................................32 1-09.9(1) Retainage....................................................................................................................32 ■r 1-09.11(2) Claims........................................................................................................................33 SP-2 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 4W SP-# 1-09.13(3)B Procedures to Pursue Arbitration........................................................................33 1-10 TEMPORARY TRAFFIC CONTROL...........................................................................33 1-10.1 General............................................................................................................................33 1-10.2(1)B Traffic Control Supervisor.....................................................................................35 1-10.2(2) Traffic Control Plans.................................................................................................35 1-10.3 Flagging,Signs,and All Other Traffic Control Devices..............................................35 1-10.3(3) Construction Signs.....................................................................................................35 1-10.4 Measurement...................................................................................................................35 1-10.5 Payment...........................................................................................................................36 .. 1-11 RENTON SURVEYING STANDARDS...........................................................................37 1-11.1(1) Responsibility for surveys..........................................................................................37 1-11.1(2) Survey Datum and Precision.....................................................................................37 1-11.1(3) Subdivision Information............................................................................................37 1-11.1(4) Field Notes................................................................................................................37 1-11.1(5) Corners and Monuments...........................................................................................38 1-11.1(6) Control or Base Line Survey.....................................................................................38 1-11.1(7) Precision Levels..........................................................................................................39 1-11.1(8) Radial and Station—Offset Topography.................................................................39 1-11.1(9) Radial Topography.....................................................................................................39 1-11.1(10) Station—Offset Topography.....................................................................................39 err 1-11.1(11) As-Built Survey.........................................................................................................39 1-11.1(12) Monument Setting and Referencing.......................................................................40 %W 1-11.2 Materials...................................................................................................................:..40 1-11.2(1) Property/Lot Corners................................................................................................40 +rr1-11.2(2) Monuments.................................................................................................................41 1-11.2(3) Monument Case and Cover.......................................................................................41 2-01 CLEARING,GRUBBINGS AND ROADSIDE CLEANUP............................................41 2-01.1 Description......................................................................................................................41 2-01.2 Disposal of Usable Material and Debris.......................................................................41 r 2-01.5 Payment...........................................................................................................................41 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................41 2-01.5 Payment............................ ..........41 ..................................................................................... 2-02.3(3) Removal of Pavement, Sidewalks,and Curbs.........................................................42 aw SP-3 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 r.r rrl SP-# 2-02.3(4) Sawcutting....................................................................................................................42 2-02.6(5) Removing Cement Concrete Sidewalk.......................................................................42 2-02.(6)Removing Cement Concrete Curb and Gutter...........................................................42 rr 2-02.3(7)Asphalt Concrete Pavement........................................................................................42 2-02.3(8)Removing Traffic Markings........................................................................................42 2-02.3(9)Removing Raised Pavement Markers........................................................................42 2-02.3(10)Removing Plastic Stop Line......................................................................................42 2-02.4 Measurement.................... ....................................42 "a ........................................................... 2-02.5 Payment...........................................................................................................................42 2-06 SUBGRADE PREPARATION.........................................................................................43 air 2-06.5 Measurement and Payment..........................................................................................43 5-04 ASPHALT CONCRETE PAVEMENT............................................................................43 ,rrt 8-09 RAISED PAVEMENT MARKERS..................................................................................45 8-09.5 Payment...........................................................................................................................45 8-13 MONUMENT CASES.......................................................................................................45 8-13.1 Description......................................................................................................................45 8-13.3 Construction Requirements...........................................................................................45 8-13.4 Measurement..................................................................................................................46 8-13.5 Payment....................... ..46 ar' ................................................................................................. 8-14 CEMENT CONCRETE SIDEWALKS...........................................................................46 8-14.3(4) Curing........................................................................................................................46 ► 8-14.4 Measurement...................................................................................................................46 8-14.5 Payment...........................................................................................................................47 Aw 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL.................47 8-20.2(1) Equipment List and Drawings..................................................................................47r 8-20.3(2) Excavating and Backt-illing.......................................................................................47 8-20.3(4) Foundations................................................................................................................51 8-20.3(5) Conduit.......................................................................................................................52 8-20.3(6) Junction Boxes............................................................................................................52 8-20.3(8) Wiring.........................................................................................................................53 8-20.3(9) Bonding,Grounding..................................................................................................53 8-20.3(10) Services Transformer,Intelligent Transportation System....................................53 8-20.3(11) Testing.......................................................................................................................54 SP4 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 ao rw SP-# w8-20.3(13)A Light Standards.....................................................................................................54 8-20.3(14) Signal Systems..........................................................................................................56 8-20.3(14)C Induction Loop Vehicle Detectors........................................................................56 8-20.3(14)D Test for Induction Loops and Lead-in Cable......................................................56 8-20.3(14)E Signal Standards....................................................................................................57 8-20.3(14)F Opticom Priority Control Systems.......................................................................57 8-20.3(15) Grout.........................................................................................................................57 9-06 STRUCTURAL STEEL AND RELATED MATERIALS..............................................57 9-06.5(4) Anchor Bolts...............................................................................................................57 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.......................................58 9-23.9 Fly Ash(RC)....................................................................................................................58 r. 9-02 BITUMINOUS MATERIALS..........................................................................................58 9-02.1(10) Loop Sealant(RC)...................................................................................................58 ww 9-03.8(2) HMA Test Requirements............................................................................................58 9-03.8(7) HMA Tolerances and Adjustments............................................................................58 9-29 ILLUMINATION,SIGNALS,ELECTRICAL..............................................................59 r 9-29.1 Conduit(RC)...................................................................................................................59 9-29.2 Junction Boxes(RC).......................................................................................................59 rr' 9-29.3 Conductors, Cable..........................................................................................................59 9-29.9 Ballast,Transformers.....................................................................................................60 we 9-29.10 Luminaires....................................................................................................................60 9-29.11(2) Photoelectric Controls.............................................................................................60 to 9-29.13(2) Flashing Operations.................................................................................................60 9-29.13(3) Emergency Pre-emption..........................................................................................61 9-29.13(4) Wiring Diagrams......................................................................................................62 9-29.13(6) Radio Interference Suppressors.............................................................................63 9-29.13(7) Traffic-Actuated Controllers...................................................................................63 .r 9-29.13(7)A Environmental,Performance and Test Standards for.......................................81 9-29.13(7)B Auxiliary Equipment for NEMA Controllers.....................................................82 rlr 9-29.13(7)D NEMA Controller Cabinets..................................................................................93 9-29.16(2) Conventional Traffic Signal Heads.........................................................................95 9-29.16(2)A Optical Units............................................................................................. .............95 9-29.16(2)B Signal Housing.......................................................................................................95 SP-5 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton .r June 2007 SP-# 9-29.16(2)C Louvered Visors.....................................................................................................95 9-29.16(2)D Back Plates.............................................................................................................96 9-29.16(2)E Painting Signal Heads...........................................................................................96 9-29.17 Signal Head Mounting Brackets and Fittings............................................................96 9-29.18(1) Induction Loop Detectors........................................................................................97 9-29.23 Traffic Signal Battery Backup System(BBS) ..........................................................103 ski 9-29.24 Service Cabinets..........................................................................................................107 9-29.24(1) Painting..................................................................................................................107 'rrt 9-29.24(2) Electrical Circuit Breakers and Contactors........................................................107 9-29.25 Amplifier,Transformer,and Terminal Cabinets......................................................108 ww tai so at .r rr ar SP-6 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 ow SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS an 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: (******) Act of god "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of r nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be r. understood to mean working days. Engineer The City Engineer or duly authorized representative who is a currently licensed registered engineer in the State of Washington, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed,or of materials furnished or being furnished by Contractor. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner SP-7 NE 4`h Street/Hoquiam Ave NE Signal Improvement +�++' City of Renton June 2007 The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as"Contract Bond"defined in the Standard Specifications. Plans The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. Provide Means "furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as"Working Drawings"defined in the Standard Specifications. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS SP-8 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton i June 2007 1-02.6 Preparation of Proposal The third paragraph is revised as follows: All prices shall be in legible figures and words written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. 1-02.6(1) is a new section. 1-02.6(1) Proprietary Information Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be ,■, exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for .► public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt., 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section .. 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. SP-9 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting 0 Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. as When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications, 7. Division 1-99 APWA Supplement rr 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 2006 Edition. 9. Contracting Agency's Standard Plans (if any) 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Section 1-04.3 is a new section: -04.3 Contractor-Discovered Discrepancies Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after SP-10 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rrr such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: ■. Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4(1) and I- 05.4(2), 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. SP-11 NE 0 Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rrr The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. Section 1-05.4(3) is a new section: 1-05.4(3) Contractor Supplied Surveying When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and " 1-11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall SP-12 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or + these plans and specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work as directed by aw the Engineer. The Engineer shall deduct expenses incurred by the Engineer- supplied surveying from moneys owed to the Contractor. Payment per Section 1-04.1 for all work and materials required for the full and complete survey work required to complete the project and as-built drawings shall be included in the lump sum price for"Contractor Supplied Surveying." Section 1-05.4(4) is a new section: 1-05,4(4) Contractor Provided As-Built Information It shall be the contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the contractors responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s) containing the as-built notes NK and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and " signature certifying it's accuracy. All costs for as-built work shall be included in the contract item "Contractor Supplied sw Surveying," lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re- execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. SP-13 NE 4th Street/Hoquiam Ave NE Signal Improvement +++ City of Renton June 2007 If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. 1-05.11(3) Operational Testing Section 1-05.11(3) is supplemented as follows: (******) wr Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Requiredr certificates of inspection by other authority than Engineer shall be secured by Contractor. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. QWest Communications 4. City of Renton (water, sewer, transportation) 5. Soos Creek Water District 6. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily SP-14 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. „r 11. Entries to verify the daily (including non-work days) inspection and mainte- nance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. r. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1W 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. SP-15 NE 4`h Street/Hoquiam Ave NE Signal Improvement .. City of Renton June 2007 1-06.2(1)...Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples wi by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. 1-07.6 Permits and Licenses " Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: SP-16 NE 4'h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rr nr Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: C*c*hIntractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13(1) General Section 1-07.13(l) is supplemented as follows: During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer, the contractor shall be able to overcome them. 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. SP-17 NE 4`h Street/Hoquiam Ave NE Signal Improvement rw City of Renton June 2007 The contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The contractor shall confine his equipment, storage of material, and operation of his workers to those areas rr shown and described and such additional areas as he may provide. A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be 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 disturbance and a minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible their original condition. Prior to excavation on an easement or private right-of-way, the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original r positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The contractor shall use rubber wheel equipment similar to the small tractor- type backhoes used by side sewer contractors for all work, including excavation and backfill, on easements or rights-of-way which have lawn areas. All fences, markers, mail boxes, or other temporary obstacles shall be removed by the contractor and immediately replace, after the trench is backfilled, in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from Wi dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to Wit construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the contractor. SP-18 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 to as D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the contractor does not have labor or material immediately .► available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. The contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. � r In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. SP-19 NE 0 Street/Hoquiam Ave NE Signal Improvement +p City of Renton June 2007 Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be .r adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. The Contractor shall submit all potholing ' requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Payment Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: "Utility Potholing," Per Each 1-07.17(1) Interruption of Services Section 1-07.17(1) is a new section: " Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the 11° various unit and lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance SP-20 NE 4'h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has .r been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's' consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages am which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. as If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: �• 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, +■► maintain higher limits and/or broader coverage. Coverage shall include: rw SP-21 NE 0 Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed (i.e. pollution liability). ` CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage - and/or self-insurance carried by CITY OF RENTON. r B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. Policy may not be non-renewed, canceled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. wr SP-22 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 to rrr 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: "■' Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations $2,000,000 ** Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 rir Medical Payments(Any One $5,000 Person) Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liabilitv Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Compensation Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate Professional Liability(If re uired Each Occurrence/ $1,000,000 Incident/Claim Aggregate $2,000,000 The City may require the CONTRACTOR to keep professional liability coverage in effect for up to two (2)years after completion of the project. .r The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a "' new Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form (attached herein) without modification. SP-23 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only 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 no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's wr broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented by adding the following: The contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted to the contractor and prompt action in correcting them will be required by the contractor. Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. SP-24 NE 4 h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as �r. possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access—at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing,access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same r► day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. "` 1-08 PROSECUTION AND PROGRESS Section 1-08.0 is a new section with subsection: Preliminary Matters 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: + Contractor's plan of operation and progress schedule (3+ copies) + Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) + List of materials fabricated or manufactured off the project + Material sources on the project + Names of principal suppliers + Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) + Weighted wage rates for all employee classifications anticipated to be used on Project + Cost percentage breakdown for lump sum bid item(s) + Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+ copies) 4 Temporary Water Pollution/Erosion Control Plan SP-25 NE 4`h Street/Hoquiam Ave NE Signal Improvement aw City of Renton June 2007 ow Ali In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources w Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than Contractor Compliance with Contract Documents Acceptance and approval of work Labor compliance, payrolls, certifications Safety regulations for Contractors' and Owner's employees and representatives Suspension of work, time extensions Change order procedures Progress estimates - procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. wr Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: Contractor shall not assign any moneys due or to become due to Contractor hereunder „ without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: SP-26 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 oft „A The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 4m 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity which has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a im duration exceeding 30 calendar days. The schedule shall clearly indicate the activities which comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. to 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays which could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the " progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. ••► Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. SP-27 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer.The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract rr specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a .rr Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of +► working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3)the number of working days remaining in the Contract Time; (4)the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, ' Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the SP-28 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 o wo physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days «r. after the date fixed in the written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including '■' administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. .r SP-29 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 Section 1-08.12 is a new section: .ri► �Z.*l 2 Attention to Work The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the wr work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: + Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit 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 payments or deductions or additions in payment for ordered work changes. + Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, SP-30 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truck load weight in tons (stamped at source) " 4. Net load weight(stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. .. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be w► incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. SP-31 NE 4`h Street/Hoquiam Ave NE Signal Improvement wr City of Renton June 2007 1-09.6 Force Account Section 1-09.6 is supplemented as follows: To provide a common basis for all bidders, Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized in writing by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. The Contractor shall install and maintain up to one 4'x8' construction project sign as shown in the standard detail section of the contract documents. The Engineer shall verify the exact field location(s) with the contractor prior to installation of the sign(s). All labor, material, and equipment used for installation and maintenance of the construction project sign(s) is incidental to the bid item "Mobilization." Payment will be made for the following bid item(s): "Mobilization," Lump Sum. 1-09.9 Payments Section 1-09.9 is supplemented as follows: rrr Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 1-09.9(1) Refainage + Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. at SP-32 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 do Am Q, Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer'to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.13(3)6 Procedures to Pursue Arbitration +�► Section 1-09.13(3)6 is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for "Project Temporary Traffic Control," the work required for this item shall be all items described in Section 1-10, including, but not 1. limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific rr SP-33 NE 4'b Street/Hoquiam Ave NE Signal Improvement .r City of Renton June 2007 device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. If no bid item "Project Temporary Traffic Control" appears in the proposal then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s) appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than rr 25 percent, an equitable adjustment will be considered for the item "Project Temporary Traffic Control"to address the increase or decrease. SP-34 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to the approval of Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of w• the contract. During nonwork periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and �. maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic * and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 1 is revised as follows: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, or required to conform with established standards, will be furnished by the Contractor. Section 1-10.3(3) paragraph 4 is revised as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the work in the r bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: SP-35 NE 4`h Street/Hoquiam Ave NE Signal Improvement + City of Renton June 2007 W No specific unit of measurement will apply to the lump sum item of "Project Temporary Traffic Control'. No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: "Project Temporary Traffic Control," lump sum. The lump sum contract price shall be full pay for all costs not covered by other specific r pay items in the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required by the contract and as directed by the Engineer in conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public. " Progress payment for the lump sum item "Project Temporary Traffic Control' will be made as follows: 1. When in initial warning signs for the beginning of the project and the end of construction signs are installed and approved by the Engineer, 30 percent of the amount bid for the item will be paid. 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The item "Project Temporary Traffic Control' will be considered for an equitable adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. Any necessary flaggers will be paid under the item for traffic control. The Lump Sum contract price shall be full pay for all costs for the labor provided for „n performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency-furnished signs The Lump Sum contract price shall be full pay for all costs involved when a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). SP-36 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton ► June 2007 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. err All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for +� survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. ++� The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must SP-37 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point .r numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments ► Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument Any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. ' 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared rr1 on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. SP-38 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels „ Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the Aw standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -- offset topography shall meet the requirements of section 1-11.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography �. Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. .► The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close SP-39 NE 4"'Street/Noquiam Ave NE Signal Improvement i City of Renton June 2007 +r I�1 cooperation between the installing contractor and the "as-builting" surveyor is therefore ,w required. All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these ++ Specifications. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the"as built". The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or 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 curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1- 11.2(1) herein. All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1-11.2(3). rr In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul de sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch Nit diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. alit SP-40 NE 4`b Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to •� remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The a.. Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTION 2-02.3 Construction Requirements Section 2-02.3 is revised and supplemented as follows: SP-41 NE 4`h Street/Hoquiam Ave NE Signal Improvement w�. City of Renton June 2007 r 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item 1." Is revised as follows: In removing pavement, sidewalks, and curbs, the Contractor shall haul broken-up pieces to some off-project site. 2-02.3(4) Sawcutting Sawcutting shall include work required where pavement is to be removed for curb and gutter installation. All other sawcutting shall be included in the lump sum contract price for"Traffic Signal System". 2-02.3(5) Removing Cement Concrete Sidewalk The Contractor shall remove the concrete sidewalk as shown in the Plans at the northwest and northeast corner radius of the NE 4"' Street/ Hoquiam Ave NE intersection. Cement Concrete Sidewalk shall be removed from construction joint to construction joint of existing concrete panel to be removed. 2-02.3(6) Removing Cement Concrete Curb and Gutter The Contractor shall remove cement concrete curb and gutter to the line and grade as shown in the plans, specifications and standard plans. 2-02.3(7) Removing Asphalt Concrete Pavement The Contractor shall remove asphalt concrete pavement to the line and grade as shown in the plans, specifications and standard plans. 2-02.3(8) Removing Traffic Markings The contractor shall remove conflicting plastic/painted traffic arrow markings as shown in the plans. 2-02.3(9) Removing Raised Pavement Markers The contractor shall remove raised pavement markings as shown in the plans. 2-02.3(10) Removing Plastic Stop Line The contractor shall remove plastic stop line where shown in the plans. Section 2-02.4 replaces the existing vacant section: -02.4 Measurement Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Removing raised pavement markers shall be measured per each. Removing plastic stop line shall be measured per linear foot. 2-02.5 Payment Section 2-02.5 is supplemented by adding: SP-42 NE 4 1 Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 "Saw Cutting", per Lineal Foot. "Removing Cement Concrete Sidewalk", per square yard. "Removing Cement Concrete Curb and Gutter", per lmearfoot. "Removing Asphalt Concrete Pavement," per square yard. "Removing Traffic Markings," per each. "Removing Raised Pavement Markers," per each. "Removing Plastic Stopline," per linear foot. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. aw 5-04 ASPHALT CONCRETE PAVEMENT to 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. The mix design will be the initial job mix formula (JMF)for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA � . accepted by commercial evaluation will be at the option of the Engineer. The SP43 NE 4tb Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rr proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted fi 5-04.5(1)A Price Adjustments for Quality of HMA Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: r Table of Price Adjustment Factors Constituent Factor"f' All aggregate passing: 1 '/z", 1 '/z", 3/8" and No. 4 sieves 2 All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents failing within the tolerance limits of the job mix formula shall be accepted at the unit contract proce with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The •rl commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product SP44 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rr If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The surrey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the A. standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. .. 1-11.1(8) Radial and Station — Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -- offset topography shall meet the requirements of section 1-11.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be d* determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for as each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling +� and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close SP-39 NE 4ch Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 �r cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these •r Specifications. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship 'it between the witness monuments and their respective corners shall be shown or 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 curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1- 11.2(1) herein. All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1-11.2(3). ,r In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul de sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of , r a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials ► 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. SP-40 NE 0 Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP " 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to • remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: �,. The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTION • 2-02.3 Construction Requirements Section 2-02.3 is revised and supplemented as follows: SP-41 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rr ! 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item 1." Is revised as follows: In removing pavement, sidewalks, and curbs, the Contractor shall haul broken-up pieces to some off-project site. 2-02.3(4) Sawcutting Sawcutting shall include work required where pavement is to be removed for curb and gutter installation. All other sawcutting shall be included in the lump sum contract price for"Traffic Signal System". 2-02.3(5) Removing Cement Concrete Sidewalk The Contractor shall remove the concrete sidewalk as shown in the Plans at the northwest and northeast corner radius of the NE 0 Street/ Hoquiam Ave NE intersection. Cement Concrete Sidewalk shall be removed from construction joint to construction joint of existing concrete panel to be removed. 2-02.3(6) Removing Cement Concrete Curb and Gutter The Contractor shall remove cement concrete curb and gutter to the line and grade as shown in the plans, specifications and standard plans. 2-02.3(7) Removing Asphalt Concrete Pavement The Contractor shall remove asphalt concrete pavement to the line and grade as shown in the plans, specifications and standard plans. 2-02.3(8) Removing Traffic Markings The contractor shall remove conflicting plastic/painted traffic arrow markings as shown in the plans. 2-02.3(9) Removing Raised Pavement Markers The contractor shall remove raised pavement markings as shown in the plans. 2-02.3(10) Removing Plastic Stop Line The contractor shall remove plastic stop line where shown in the plans. Section 2-02.4 replaces the existing vacant section: -02.4 Measurement Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Removing raised pavement markers shall be measured per each. Removing plastic stop line shall be measured per linear foot. 2-02.5 Payment Section 2-02.5 is supplemented by adding: SP-42 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 *. of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual to pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)6 Price Adjustments for Quality of HMA Compaction as Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 *. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type 1", per each. "Raised Pavement Marker Type 2d", per each. "Raised Pavement Marker Type 2e", per each. The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2d", and "Raised Pavement Marker Type 2e" shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications including all cost involved with traffic control unless traffic control is listed in the contract as a separate pay item. 8-13 MONUMENT CASES 8-13.1 Description .. Section 8-13.1 is revised and supplemented as follows: This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: SP45 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 aw The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re- established by the surveyor in accordance with RCW58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: All costs for surveying and resetting existing monuments impacted by contruction shall be considered incidental to the contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4) is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as at waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: When the contract contains a pay item for "Curb Ramp Type 2B, Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per each price for "Curb Ramp Type 26, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. SP-46 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 If the contract does not provide a pay item for"Curb Ramp Type 213, Cement Concrete," but the plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When „r curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for"Miscellaneous and/or Driveway Asphalt Concrete." 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: "Curb Ramp Type 28, Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Conc. Sidewalk" and the per each contract price for"Curb Ramp Type 213, Cement Concrete." 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2(1) Equipment List and Drawings Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre-approved plans. 2. Signal standards with or without pre-approved plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-20.3(2) Excavating and Backfilling Section 8-20.3(2) has been supplemented by adding the following: CITY OF RENTON rr TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4,2005 by Ordinance 5131 , . SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private �r. SP47 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 r tr utilities,general contractors,or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer,or their designated representative. SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work '' within the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator,or authorized representative,upon written request by the permittee,their contractor or engineer and demonstration of an equivalent alternative. SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width(edge-of-pavement to edge-of- pavement)overlay is required due to changes in the permit conditions such as,but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF RENTON STANDARDS 1. All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications(current adopted version)except where otherwise noted in these Standards.Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road,Bridge,and Municipal Construction prepared by the Washington State Chapter of the American Public Works Association(APWA)and the Washington State Department of Transportation(WSDOT)and shall comply with the most current edition,as modified by the City of Renton Supplemental Specifications. An asphalt paver shall be used in accordance with Section 5-04.3(3)of Standard Specifications.A"Layton Box"or equal may be used in place of the power- propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of the Standard Specifications. "Plate Compactors" and"Jumving Jacks"SHALL NOT be used in lieu of rollers. 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details,unless modified by the City Permit. Surfacing depths shown in the Standard rl Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot(1')outside the trench width. The top two inches(2")of asphalt shall be ground down to a minimum distance of one foot(1') beyond the actual outside edges of the trench and shall be replaced with two inches(2")of Class B asphalt,per City of Renton Standards. At the discretion of the engineer, a full street width overlay may be required. SP-48 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 ft Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. 1. Trenches(Road Crossings): a The minimum width of a transverse patch(road crossing) shall be six and one- half feet(6.5'). See City of Renton Standard Plan Drawing#HR—23 (SP Page: H032A). +rr b Any affected lane will be ground down two inches(2")and paved for the entire width of the lane. c Patch shall be a minimum of one foot(1')beyond the excavation and patch length shall be a minimum of an entire traveled lane. d If the outside of the trenching is within three feet(3')of any adjacent lane line, the entire adjacent traveled lane affected will be repaved e An area including the trench and one foot(1')on each side of the trench but not r less than six and one half feet(6.5')total for the entire width of the affected traveled lanes will be ground down to a depth of two inches(2").A two-inch (2") overlay of Class B asphalt will be applied per City standards. 2. Trenches Running Parallel With the Street: �. a The minimum width of a longitudinal patch shall be four and one-half feet(4.5'). See City of Renton Standard Plan Drawing #HR-05 (SP Page 11032). b If the trenching is within a single traveled lane,an entire lane-width overlay will be required. c If the outside of the trenching is within three feet(3')of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. d If the trenching is greater than,or equal to 30%of lane per block(660-foot maximum block length),or if the total patches exceed 12 per block,then the "r lanes affected will be overlaid.Minimum overlay shall include all patches within the block section. e The entire traveled lane width for the length of the trench and an additional ten feet(10') at each end of the trench will be ground down to a depth of two inches (2").A two-inch(2")overlay of Class B will be applied per City standards. 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot(1')beyond the excavation. All affected lanes will be ground down to a depth of two inches(2")and paved not less than six and one half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet(5')in length,width or diameter shall be restored to trench restoration standards. In all cases,potholes shall be repaired per Renton Standard Plan#HR05 (SP Page H032). Restoration requirements utilizing vactor equipment will be determined by the engineer. SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches(2")of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method,as required and indicated on City of Renton Standard Plans#IR-05,HR-23,and HR-22 (SP Pages #H032,H032A,and H033). 2. All trench and pavement cuts,which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet(2')outside the excavated trench width. 3. All trenching within the top four feet(4) shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard Specifications. Any trenching SP49 NE 4'h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rn irrl over four feet(4')in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot(4')depth. If the existing material(or other material)is determined by the Engineer to be suitable for backfill,the contractor may use the native material, except that the top six inches(6")shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent (95%)density,as described in Section 2-03 of the Standard Specifications. In the top six feet(6) of any trench,backfill compaction shall be performed in eight to 12-inch (8-12") lifts. Any trench deeper than six feet(6)may be compacted in 24-inch lifts, up to the top six-foot(6)zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot(4')vertical increments. The test results shall be given to the Engineer for review and approval prior to paving. The number ° and location of tests required shall be determined by the Engineer. 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix(cold mix),Asphalt Treated Base (ATB),or steel plates,as approved by the Ali Engineer. ATB used for temporary restoration may be dumped directly into the trench,bladed out and rolled. After rolling,the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up,the Contractor shall repair the patch within eight hours of being notified of the problem by the City.This requirement applies 24 hours per day,seven days a week. In the event that the City determines to repair the temporary patch,the contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch,with the second half of the reimbursement to represent City overhead and Od hidden costs. 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans#HR-05,HR-23,and HR-22 (SP Pages#11032,H032A,and H033)or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9-02.1(4)of the Standard Specifications. 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1,as specified in Section 9-02.1(6)of the Standard Specifications.Tack shall be applied as specified in Section 5-04 of the Standard Specifications. 7. Asphalt Concrete Class E or Class B,shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches (12"),unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces,walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches(4") for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering,as required by the Engineer,shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans#HR-05,HR-23, and HR-22 (SP Pages#H032,H032A,and H033). SP-50 NE 0 Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rlf Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%)of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. r. Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector,and the City, that the restoration meets these specifications. 8. All joints shall be sealed using paving asphalt AR-4000W. 9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored to its original condition, or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen(15)working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions W„ that may exist. However,delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen(15)working day time frame and not allow any time extension. Should this occur,the Contractor shall perform the necessary work, as directed by the r Engineer. 11. A City of Renton temporary Traffic Control Plan (from Renton Transportation Engineering) shall be submitted and approved by the Engineer a minimum of three (3)working days prior to commencement of work. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The Permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. 8-20.3(4) Foundations Section 8-20.3(4) has been revised and supplemented as follows: Paragraph 11 is deleted. d. Paragraph 13 is deleted. The section is supplemented as follows: The anchor bolts shall match that of the device to be installed thereon. Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The contractor shall provide all material for and construct the foundations as shown in the Plans. The anchor bolts shall match that of the device to be installed thereon. All excess materials are to be removed from the foundation construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. SP-51 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below: 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the engineer. (See detail sheet) 2. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made flush with the top of the sidewalk or island. (See detail sheet) All concrete foundations shall be located as per stationing on the plans or as located by the engineer in the field. 8-20.3(5) Conduit Section 8-20.3(5) is revised and supplemented as follows: The paragraph requiring galvanized steel conduit at certain locations is deleted. Galvanized steel conduit shall only be placed if so indicated in the plans. Trench construction shall be per Section 8-20.3(2). rri When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work by the Contractor to place the conduit will be paid in accordance with Section 1-04.4. Pull Wires shall be installed by the Contractor. All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on plans. Conduit to be provided and installed shall be of the type indicated below: Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. 8-20.3(6) Junction Boxes Section 8-20.3(6) is supplemented by adding the following: All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. The SP-52 NE 4`"Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 arr junction box shall include installation of a 4" thick Class "B" cement concrete pad enclosing the junction box as per the plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. Junction boxes shall have galvanized steel lids and frames with locking features as shown in the plan details and standard plans. 8-20.3(8) Wiring Section 8-20.3(8) is revised and supplemented with the following: Splices to loop return cables shall be made with soldered compression type connectors. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. 8-20.3(9) Bonding, Grounding Section 8-20.3(8) is revised and supplemented as follows: The fifth paragraph is deleted. The sixth paragraph is deleted. The following is added: All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the plans, specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included with the system or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided in the"Schedule of prices." 8-20.3(10) Services Transformer, Intelligent Transportation System Cabinet Section 8-20.3(10) is revised and supplemented as follows: Paragraph two is deleted. Paragraph three is deleted. The following is added: Power service shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street r lighting contactor/traffic signal, grounded neutral service) per City of Renton SP-53 NE 4`h Street/Hoquiam Ave NE Signal Improvement WO City of Renton June 2007 wr Standard Plan. The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. 8-20.3(11) Testing Section 8-20.3(11) is supplemented as follows: Requests for traffic signal turn on will not be considered until a pre-turn on inspection of signal system has taken place. All discrepancies and deficiencies must be corrected by the contractor and re- inspected prior to requesting signal turn on date. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. A minimum of three (3) working days notice will be required for signal turn on. Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the engineer. City forces shall provide, post and maintain proper signing warning of new signal ahead. Section 8-20.3(13)A is replaced with: 8-20.3(13)A Light Standards Light standards shall be handled when loading, unloading, and erecting in such a manner that they will not be damaged.Any parts that are damaged due to the Contractor's operations shall be repaired or replaced at the Contractor's expense, to the satisfaction of the Engineer. Light standards shall not be erected on concrete foundations until foundations have set at least 72 hours or attained a compressive strength of 2,400 psi, and shall be raked sufficiently to be plumb after all load has been placed, or as otherwise directed by the Engineer. Light Standards shall be erected in accordance with section 8-20.3(4). Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Sections 6-03.3(33) and 8-20.3(4). ► Anchor bolts damaged after the foundation concrete is placed shall not be repaired by bending or welding. The Contractor's repair procedure is to be submitted to the Engineer for approval prior to making any repairs. The procedure is to include removing the damaged portion of the anchor bolt, cutting threads on the undamaged portion to remain, the installation of an approved threaded sleeve nut and stud, and repairing the foundation with epoxy concrete repair. SP-54 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 wrr The grout pad shall not extend above the elevation of the bottom of the base. In setting timber poles, the Contractor shall provide a minimum burial of 10 percent of the total pole length plus 2 feet and shall plumb or rake the poles as directed by the Engineer. In setting timber poles, the Contractor shall provide a minimum burial of 10 percent of the total pole length plus 2 feet and shall plumb or rake the poles as directed by the Engineer. The hand hole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding lug or nut shall be provided in the hand hole frame or inside the hand hole frame or inside the pole shaft to attach a ground bonding strap. All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of weight load and 2.33 p.s.i. for basic wind pressure. Davit Arms: +r The davit style arm shall incorporate a 5'9" radius bend as measured from the centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shipfitter with a maximum length of 8 inches to fit the luminaire specified. The pole end of the davit arm tube shall be fastened securely to the top of the shaft producing a flush joint with an even profile. Anchor Base: A one piece anchor base of adequate strength, shape and size shall be secured to the lower end of the shaft so that the base shall be capable of resisting at its yield point the bending moment of the shaft at its yield point. The base shall be provided with four slotted or round holes to receive the anchor bolts. Nut covers shall be provided with each pole. Anchor Bolts: Four steel anchor bolts, each fitted with two hexnuts and two washers, shall be furnished with the pole. Anchor bolts shall meet the requirements of Section 9- 06.5(3) and 9-06.5(4). The anchor bolt yield point shall be capable of resisting the bending moment of the pole shaft at its yield point. The contractor shall assure that all anchor bolts conform to the recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment, anchor bolt fabrication data, test results and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. �r SP-55 NE 4`h Street/Hoquiam Ave NE Signal Improvement �r City of Renton June 2007 I.D. (Identification for poles): The contractor shall supply and install a combination of 4-digits and one letter on each pole, whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either: a. 3 inch square with gothic gold or white reflectorized 2 inch legend on a black background, or b. 3 inch square with black 2 inch legend on a white reflectorized background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office. Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail sheets at the end of these specifications. r The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and trowled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail rr 8-20.3(14) Signal Systems 8-20.3(14)C Induction Loop Vehicle Detectors Section 8-20.3(14)C is revised and supplemented as follows: 11. Install sealant per Section 9-02.1(10). 12. Sealant shall be applied such that air bubbles or foam will not be trapped in the sawcut. 13. Loops and home run entrance shall follow the geometric layout and shall be sawcut as shown in WSDOT Standard Plan J-8C. 14. Loops shall be in the quantity and located at stations shown in the Plans. 15. Loop wiring and splice configurations shall follow City standards and shall be in accordance with City of Renton Standard Plan JR-33. 8-20.3(14)D Test for Induction Loops and Lead-in Cable Section 8-20.3(14)D is supplemented by adding the following: SP-56 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rrr The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. 8-20.3(14)E Signal Standards Item 3 in Section 8-20.3(14)E is revised as follows: 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard supporting a luminaire. Illumination wiring shall conform to City of Renton Standard Plans. The following supplement is added: 14. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). Section 8-20.3(14)F is a new section: + 8-20.3(14)F Opticom Priority Control Systems The Contractor shall supply the manufacturer's software on original disks. Controller cabinets shall have the related harness wired into the cabinet by the supplier. r.r B-20.3(15) Grout Section 8-20.3(15) is supplemented by adding the following: After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout trowled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. r 9-06 STRUCTURAL STEEL AND RELATED MATERIALS 9-06.5(4) Anchor Bolts Section 9-06.5(4) has been supplemented by adding: All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, r. strain poles or other types of poles shall meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results, mill certification and other data required to confirm that the anchor bolts meet those specifications. The following standard specifications shall apply to anchor bolts for street light, signal and strain poles provided that the Contractor can submit documentation from the manufacturer affirming that anchor bolts meeting these specifications are recommended for the pole to be installed thereon: 1. The standard anchor bolt for aluminum street light poles shall be 42 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in SP-57 NE 4`h Street/Hoquiam Ave NE Signal Improvement r.r City of Renton June 2007 OW alb 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 meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or 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). 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. rr 9-02 BITUMINOUS MATERIALS Section 9-02.1(10) is a new section: -02.1(10) Loop Sealant(RC) Oki Unless specified otherwise in the contract or permitted by the Engineer upon request from the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the penetration, flow and resilience specifications of ASTM D3407. The Contractor shall request and obtain approval from the Engineer for the type of loop sealant to be used before installing detector loops and shall submit manufacturer cutsheets or other data if requested by the Engineer in order to enable the Engineer to .r determine the acceptability of the sealant. (January 5, 2004) 9-03.8(2) HMA Test Requirements Section 9-03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be two million. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing SP-58 NE 4`b Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 M '/2", and 3/8"sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% +8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA min. and max. as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section,except the tolerance limits for sieves designated as 100%passing will be 99-100. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit (RC) Section 9-29.1 is supplemented by adding the following: The conduit P.V.C. - non-metallic shall be of the two types indicated below: 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be aim used in all installations under roadways. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. 9-29.2 Junction Boxes (RC) am Section 9-29.2 is supplemented with: Junction boxes shall be reinforced concrete with galvanized steel frame anchored in im place and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets. All junction boxes shall have locking lids as detailed in the plans and in the standard details. „ 9-29.3 Conductors, Cable Section 9-29.3 is revised and supplemented as follows: Supplement: +.. Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. +rr Revisions: 8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with chemically cross-linked polyethylene type RHH-RHW insulation of code thickness. SP-59 NE 4Th Street/Hoquiam Ave NE Signal Improvement No City of Renton June 2007 No 11. Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. Supplement: The shielded communications/signal interconnect cable shall meet the following: 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays (twist lengths)to minimize cross talk and meet strict capacitance limits. 4. Shielding: A corrosion/oxidation resistant tinted ethylene copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A .005 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black, low density high molecular weight virgin polyethylene (compounded to withstand sunlight, temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a continuous covering. 6. Footage markings: footage markings must be printed sequentially a minimum of 2' along the outer packet. 7. Filling: the entire cable within the outer jacket is flooded with petroleum- polyethylene gel filling compound including the area between the outer jacket and the shield. 9-29.9 Ballast, Transformers Section 9-29.9 is supplemented by adding the following: The Ballast shall be pre-wired to the lamp socket and terminal board. 9-29.10 Luminaires Section 9-29.10 is supplemented by adding the following: The filter shall be charcoal with elastomer gasket. Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate refractor. The manufacturer's name or symbol shall be clearly marked on each luminaire. 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with: Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable turn-on values in the temperature range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to control the system shall be mounted on the luminaire nearest to the service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(21 Flashing Operations The following items in Section 9-29.13(2) are revised: as follows: SP-60 NE 4 l Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 r r 2. Police Panel Switch. When the flash-automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash and remove power from the controller. When the switch is placed on automatic, power shall be applied to the controller to initiate start-up sequence. 3. Cabinet Switches. When the flash-automatic switch located inside the controller cabinet is placed in the flask operation Controller Cabinet Switches. When the flash-automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall continue to function. When the flash- automatic switch is placed in the automatic position, the controller shall immediately resume normal cyclic operation. Adjacent to the flash- automatic switch shall be a controller on-off switch. If the flash-automatic switch is in the automatic position and the controller on-off switch is placed in the OFF position, the signals shall immediately revert to flash. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays. The following is a supplement: 6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. 9-29.13(3) Emergency Pre-emption Section 9-29.13(3) is replaced with: Immediately after a valid call has been received, the preemption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall be installed so that internal wiring of the controller, as w normally furnished by the manufacturer, is not altered. Termination of the pre-emption sequence shall NOT place a call on all vehicle and pedestrian phases. Pre-emption indicators, if required, shall turn on when the controller reaches the pre-empted phase. Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack wired to accept 3-M discriminator type units. The pre-emption system operation shall be 721 Series 3M company "opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. .. The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed "line of sight' path. The system shall cause the traffic signals controller to move into an appropriate fire pre-emption program. this optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following components: SP-61 NE 4"'Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 1. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy emitter's signal. 2. Discriminators which shall cause the signal controller to go into internal pre-emption which will give the authorized vehicle the right of way in the manner shown on the phase sequence diagram. 3. Pre-emption Indicator Lights. Optical Detector 1. Shall be of solid state construction. 2. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. 3. Shall operate over an ambient temperature range of-40°F to +180°F (-40° C to +85 0C). 4. Shall have internal circuitry encapsulated in a semi-flexible compound and shall be impervious to moisture. 5. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on not less than thirty microseconds. Discriminator Each module shall do the following: 1. Shall provide for a minimum of two channels of optical detector input. 2. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. 9-29.13(4) Wiring Diagrams Section 9-29.13(4) is modified and supplemented by retaining the first three „ sentences and replacing the remainder with: The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. There shall be four (4) complete sets of controller cabinet schematics as well as manuals for all assemblies and sub-assemblies. The controller cabinet schematics shall include the intersection name, and an intersection diagram that shall include intersection phasing and loop assignments. There shall be a digital compact disk (CD) containing the controller cabinet schematics in autocad digital file format. err SP-62 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 go 9-29.13(6) Radio Interference Suppressors Section 9-29.13(6) is supplemented by adding the following: A Cornell-Dubiler radio interference filter NF 10801-130 amps or equivalent shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. 9-29.13(7) Traffic Actuated Controllers Section 9-29.13(7) is revised and supplemented with: NEMA Traffic Signal Controllers: 1. The NEMA controller shall be an Eagle Model EPAC300-M50 or equal and shall meet the following specifications: 1.1 Required Standards Traffic signal controller shall meet or exceed all requirement of the NEMA TS2-1998 specification. Equipment supplier shall provide a letter from an independent testing laboratory certifying controller compliance to the NEMATS2-1998 specification. 1.2 Standard NEMA Configurations Two Input/Output configurations shall be provided: a. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface Unit b. NEMA TS-2 Type 2 for direct parallel connection to load switches and detectors 1.3 Central Processor Unit (CPU) In addition to NEMA requirements, the CPU shall provide the following: a. Microware OS-9 Operating System with runtime license b. Motorola 68360 microprocessor, 25 Mhz version c. 4 Megabytes minimum dynamic random-access memory (DRAM) d. 8 Megabytes minimum FLASH memory organized as a disk drive e. 512 Kilobytes minimum static random-access memory (SRAM) f. Time of Day (TOD) clock with hours, minutes, seconds, month, year, and automatic daylight savings time adjustment. TOD may be implemented in the CPU via electronic circuitry, operating system software, or a combination. g. During power failures, the SRAM and TOD shall be powered by STANDBY voltage from the power supply. 1.4 Power Supply In addition to NEMA requirements, the Power Supply shall provide the following: a. Line Frequency Reference signal shall be generated by a crystal oscillator, which shall synchronize to the 60-Hz VAC incoming power line at 120 and 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 8.333 ms half-cycle pulse duration, and 50 +/- ,�„ 1% duty cycle. The Line Frequency Reference shall compensate for missing pulses and line noise during normal operation. The Line Frequency Reference shall continue through 500 mS power interruptions. b. STANDBY voltage via supercapacitor for backup power during loss of service voltage shall be provided. Supercapacitor shall have a minimum of 15-farad nominal size. No batteries of any type are allowed. SP-63 NE 4`h Street/Hoquiam Ave NE Signal Improvement rr City of Renton June 2007 1.5 Keyboard and Display In addition to NEMA requirements, Keyboard and Display shall provide the following: a. Removable by pulling off, installed by pushing on, without use of tools b. Stowed extension cord to allow remote use of keyboard and display c. Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard d. Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard e. Liquid Crystal Display (LCD)with 8 lines of 40 characters f. LCD contrast adjustment accomplished via the keypad, no contrast knob allowed. g. Light-emitting diode backlight for the LCD. h. Audible electronic bell. L Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC Standard, with the addition of +5VDC supplied by the controller on C60, Pin 1 j. Keyboard and display may be deleted for cost savings by the Agency. 1.6 Communications In addition to NEMA requirements, the controller shall provide the following: a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers (IEEE), one unique IP address for each controller. c. Built-in Infared (IR) wireless port compatible with Microsoft Windows for Pocket PC Infrared RAW mode. d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency specification. Choice of 2 or 4 wire operation per Agency specification. e. Built-in EIA-232 port for uploading and downloading applications ► software, as well as to update the operating system. f. Built-in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard. 1.7 Controller Housing In addition to NEMA requirements, the controller housing shall provide the following: a. Seven slots with card guides for standard 31J size Versa Module Europe expansion modules. The expansion modules and mating back plane board in controller are optional, per Agency specification. b. Two slots with card guides for standard Joint NEMA/AASHTO/ITE ATC modems. The modems and mating back plane board in the controller are optional, per Agency specification. c. Polycarbonate construction, except back panel, rear mounting tabs and power supply mounting plate shall be aluminum for electrical grounding. , d. Built-in carrying handle e. Two adjustable front mounting feet, used to raise the front cables and vary the display viewing-angle. SP-64 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rr .. 1.8 Traffic Control Software Functions In addition to NEMA requirements, the controller shall provide the following: rr a. 16 Vehicle Phases b. 16 Pedestrian Phases c. 4 Timing Rings +�. d. 16 Overlaps e. 80 Detectors f. Status: Ring Timers, Coord Timers, Preempt Timers, Time Base, Communication, Detector Diagnostics, Intersection, Input/ Output g. Reports: Local Alarm Log, Comm Fault Log, Detector Fault Log, System Detector Log, MOE Log, Speed Log, Volume Count Log, Cycle MOE Log h. Coordination Modes: Permissive Mode, Yield Mode, Permissive Yield Mode, Permissive Omit Mode, Sequential Omit Mode, Full Actuated Mode. i. Adaptive Traffic Control: Adaptive Maximum Routines, Adaptive Protected / Permissive Routines, Conditional Virtual Split Routines, Coordinated Adaptive Split Routines. j. Preemption / Priority Routines k. Standard Reports I. Built-In Diagonstics m. Time Base Control: 99 Day Programs, 10 Week Programs, 250 Events NEMA and 207ON Traffic Signal Controller Firmware: 1. The controller shall have Eagle SE-PAC firmware or equal installed. 2. Operating Displays shall be via front panel and laptop computer. 2.1 The dynamic displays listed below shall be provided to show the operational status of the controller. Additional displays shall be offered for programming. 2.1.1 An intersection status display shall indicate the active status of all signal driver outputs and vehicle plus pedestrian calls. When this display is active, vehicle and/or pedestrian calls may be placed from the keyboard. 2.1.2 An active timer display shall show a summary of ring, phase, coordination, preemption and time-based control status. The menu shall provide for the selection of any combination of the rings for display (RI + R2, R3 + R4, R1 + R3, etc.). This active timer display shall indicate current interval, pedestrian, density, passage, and maximum timing by phase and ring. The status of vehicle and pedestrian phases shall be displayed in combination with vehicle and pedestrian calls. Operational modes shall also be displayed e.g. Time Base, Interconnected, System, Backup, Manual, System Flash, Start Flash, Stoptime, Preempt, Priority, Diagnostic Flash, etc. When this display is active vehicle and/or pedestrian calls may be placed. 2.1.3 A coord timers display shall allow viewing of the real time status of coordination timer(s) and parameters for the active pattern. The coord timers display shall indicate the command source, current pattern information, local/system cycle count, offset mode, offset correction, Ow SP-65 NE O Street/Hoquiam Ave NE Signal Improvement wo City of Renton June 2007 rw time-based control status, coord mode, max mode, force-off mode, phase pattern & mode and permitted phase & control data. 2.1.4 A preempt timers display shall indicate preemption (railroad, fire, emergency) and low priority (bus) status. When a preemptor is active, the display shall also indicate preemptor interval and timer countdown as well as priority lockout and max call time out. 2.1.5 A time base status display shall indicate the current time and date, the current day and week program, the active programmed selections of the coordination pattern and auxiliary functions. 2.1.6 A detector status display shall indicate the current status for up to 80 detectors. The display shall show the status as determined by the detector diagnostics capability of the controller. The condition will be .r reported as one of the following states: on-line, failed open loop, failed shorted loop, failed excessive inductance change, failed max presence diagnostic, failed no activity diagnostic, failed erratic counts diagnostic, BIU frame fault, not supported or "LWD" (not detector, detector failure or detector watchdog timeout). 2.1.7 A conflict monitor display shall indicate the current status of the conflict monitor, all channel RYG inputs, and up to six (6) faults 4e simultaneously. 3. Programming 3.1 Programming displays shall use front panel and laptop computer and shall meet the following requirements: 3.1.1 Programming displays in the form of menus shall aid the operator in entering data from the front-panel keyboard (if controller has a lei keyboard). 3.1.2 A main menu shall allow the user to select a major function of the controller. A submenu shall then be displayed to allow the user to select a sub-function within the major function. 3.1.3 English language and traffic engineering terminology shall be used throughout to facilitate programming. The display organization shall allow traffic personnel to program the controller without using reference cards or manuals. 3.1.4 Programming entries shall consist of alpha or numerical values. During program entry, the new data shall be displayed as it is entered. Entries shall only be validated and stored when the ENTER ("E") key .r or the cursor key is pressed. 3.2 Programming Methods 3.2.1 The methods listed below shall be available for controller .r programming. The manufacturer shall be able to provide as off-the- shelf items all of the firmware and software required to affect the listed programming methods and to implement network operation with system masters and host PC's. a. Manual data entry via the front panel keyboard. b. Data downloading via telemetry from a system master connected to a host PC in a closed-loop system. ' c. Data downloading from a portable PC-compatible computer via null-modem cable. d. Data downloading from a PC-compatible computer via modem. + e. Data downloading from one controller to another using a serial port on each controller. SP-66 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 +rr 3.3 Programming Security 3.3.1 The firmware shall prevent the alteration of keypad set unit variables prior to the user having entered a specific code. No access code shall be required to display data. Access codes shall initially be set at "0000". Entry of a code of "9999" shall prevent access from being turned off. 3.4 Programming Utility Functions 3.4.1 A copy function shall permit copying all timing data from one phase to another. It shall also permit copying all coordination pattern data from one pattern to another. This feature shall facilitate data entry when programming any two or more phases with the same timing values and/or two or more coordination patterns with the same pattern data. 3.4.2 The firmware shall contain a backup database stored in nonvolatile memory. A copy function shall permit transferring the backup database to the active database. An alternate database for interchange control operation shall be selectable. 3.4.3 A print function shall allow the printing of firmware data and detector count, detector failure, and event logs. The firmware shall be capable of interfacing with any printer with an RS-232 interface and capable of a minimum width of 80 columns. The printer configuration „ shall provide user selection of baud rate (1200, 2400, 4800, 7200, 9600, & 19200), data bits (7 or 8), and parity (odd, even, and none). 3.4.4 A display or laptop computer screen shall allow the user to view the controller software version number. 3.4.5 A display or laptop computer screen shall assist the user in programming the conflict monitor programming card based on the controller unit ring structure and overlap programming. 4. Actuated Control Functions shall provide: 4.1 Phase sequence 4.1.1 The phase sequence of the controller shall be programmable in + . most any combination of sixteen phases and four timing rings. 4.1.2 Phase sequence information shall be changeable and shall be stored in FLASH memory. 4.1.3 The standard phase sequence of the controller also shall be capable of being altered by coordination, time-of-day or external alternate sequence command. Each of the fifteen alternate sequence commands shall allow reversing the normal phase sequence of eight phase pairs. The sixteen total sequences shall offer every combination of lead-lag on an eight phase quad-left application. 4.1.4 The firmware shall provide an adaptive protected/permissive sequence capability which measures the volume of left turn vehicle traffic and available gap windows in the opposing through vehicle traffic to determine whether the turn should operate in protected or permissive mode. 4.1.5 The firmware shall provide the ability to inhibit service of a phase based on another phase being ON. 4.1.6 The firmware shall provide control of five-section, • protected/permissive left turn heads. When selected, this feature shall cause the through (even) phase yellow to inhibit display of the left turn (odd) phase yellow. Aw 4.2 Timing intervals SP-67 NE 4`h Street/Hoquiam Ave NE Signal Improvement we City of Renton June 2007 WE 4.2.1 Timing intervals shall be programmable from 0-999 in one second increments or from 0-99.9 in one-tenth second increments, depending on the function. 4.2.2 Guaranteed minimum interval values of 3.0 seconds shall be set for all yellow clearance timings (normal and preempt routines). ar 4.23 Cars before reduction shall provide a user-specified number of actuations, or cars waiting, that must occur before starting gap reduction. Gap reduction shall be initiated by either time before reduction or cars before reduction, whichever reaches its maximum value first. 4.2.4 The firmware shall be capable of alternate passage / maximum timings for each phase. Up to three alternate passage timings and .w maximum green timings shall be selectable based on time of day. 4.2.5 The firmware shall be capable of dynamically extending the maximum green time for each phase based on vehicle demand. Up to three dynamic maximum green intervals shall be selectable per phase based on time-of-day. The initial interval shall be selectable as either Max 1 or Max 2. If the phase terminates due to max-out for two successive cycles, then the maximum green time in effect shall vi automatically be extended by one dynamic step interval on each successive cycle until it is equal to the selected Max. If the phase gaps out for two successive cycles, then the maximum green time shall be reduced by one dynamic step interval until such subtraction would mean the adaptive max was less than the smaller of the normal max or the dynamic max value. 4.3 Overlaps +rr 4.3.1 The firmware shall provide sixteen internally-generated overlaps (A through P).These shall be individually programmable. 4.3.2 Each overlap shall be individually programmable to enable the green to remain on following termination of the parent phase green (trailing operation). The firmware timing for the trailing operation shall include green (0-999 seconds, yellow (0-99.9 seconds) and red (0- 99.9 seconds)timing intervals Tor each overlap. 4.3.3 Each overlap shall provide an entry (phase number) that will omit the overlap trailing operation when the entered phase is ON. 4.3.4 Each overlap shall provide an entry (phase number) that will omit the overlap trailing operation when the entered phase is NEXT. 4.3.5 Each overlap shall provide an entry (phase number) that will prevent the overlap from outputting a green when the entered phase is outputting a green and outputting a yellow when the entered phase is outputting a yellow. 4.3.6 Each overlap shall provide an entry (phase number) that will prevent the overlap from outputting a green until the the entered phase is outputting a green. 4.4 Conditional Service 4.4.1 The firmware shall provide a programmable conditional service feature. When selected, the controller shall service an odd-numbered phase once normal service to that phase has been completed and enough time for additional service exists on the concurrent even phase. 4.5 Additional Features 4.5.1 The following features shall be programmable for each phase: SP-68 NE 4th Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 �i w �. a. Phase in use b. Locking/non-locking detector memory c. Vehicle recall (Minimum, Maximum, and Soft) d. Pedestrian recall e. Recall Delay 4.5.2 Soft recall shall return the firmware to the programmed phase when a conflicting phase is in green or red dwell and there are no serviceable conflicting calls. 4.5.3 Recall delay shall cause the programmed recall (min, max, soft, and ped) to occur the programmed seconds (0-999) after the phase �r termination. 4.5.4 The firmware shall permit power-up start and external start to be programmed by phase and interval. Start intervals shall be green, yellow or red. 4.5.5 During a power-up start condition, the firmware shall be capable of timing an all-red or flash interval before the start phase(s) and interval are displayed. 4.5.6 The firmware shall provide last-car passage operation on a per phase basis. When selected, this feature shall provide a full passage (vehicle extension) interval when a phase gaps out with a gap in effect less than the vehicle extension interval (preset gap). 4.5.7 The firmware shall provide both single and dual entry operation. When selected, dual entry shall cause the firmware to ensure that one phase is timing in each ring. 4.5.8 The firmware shall provide the following additional selectable pedestrian functions: a. Actuated phase Rest In Walk. an b. Flashing WALK output. c. Pedestrian Clearance protection during manual control. d. Pedestrian Clearance through yellow or through yellow and red clear. 4.5.9 The firmware shall provide a programmable simultaneous gap termination feature. When programmed, phases in both rings shall gap out together in order to terminate the green interval and cross the barrier. 4.5.10 The firmware shall provide automatic flash selection per the w� requirements of the MUTCD. Both the flash entrance and exit phases shall be programmable, and flashing shall be controlled by either setting the voltage monitor output to be FALSE or by flashing through the load switch driver outputs. Automatic flash shall be selectable by external input, system command, or time of day. 4.5.11 The firmware shall provide dimming for selectable load switch outputs. Dimming shall be accomplished by inhibiting the selected outputs for alternate half cycles of the 120 VAC line. Dimming shall be controllable by time of day and an external input. Programming shall permit individual dimming of the Green/Walk, Yellow/Ped Clear, Red/Don't Walk outputs for each load switch. «� 5. Coordination Coordination functions to control intersection cycle lengths, system offset relationships, and phase split percentages shall be provided as a standard feature, with no need for additional modules or software. SP-69 NE 4`h Street/Hoquiam Ave NE Signal Improvement Ow City of Renton June 2007 VW 5.1 Coordination Modes The normal coordination mode shall be selectable. Each pattern shall be capable of overriding the normal coordination mode with an individually selectable coordination mode for that pattern. 5.1.1 Permissive Mode - The coordinated phase(s) shall operate as non-actuated when coordinated. The coordinator shall provide for a controlled release (permissive period) from the coordinated phase(s) to each of the remaining phases in sequence. When a call is not present for the phase to be serviced next in sequence, the coordinator shall re-allocate that phase's time to the end of the coordinated phase. The first part of each permissive period shall consist of a vehicle permissive period. The length of the period shall be determined by the ++ phase split and the vehicle minimum service time. The second part of each permissive period shall consist of a pedestrian permissive concurrent with the vehicle permissive. The length of this period shall be determined by the phase split and the pedestrian minimum service time. Prior to the beginning of the first permissive period, the coordinated phase pedestrian shall display the Pedestrain Clear indication and dwell Dont Walk. This will expand each subsequent phase permissive due to the absence of coordinated phase Pedestrian Clear time in each. The coordinated phase pedestrian shall dwell Dont Walk until such time as the coordinated phase terminates and returns to Green or the last permissive period in the cycle is complete without the coordinated phase terminating. 5.1.2 Yield Mode - The coordinated phases(s) shall operate as non- + + actuated when coordinated. The coordinator shall provide for a single release from the coordinated phases(s) to the remaining phases in sequence. , 5.1.3 Permissive Yield Mode - The operation shall be similar to Permissive Mode above with the following exceptions: 1. The coordinated phase pedestrian shall be actuated. 2. Immediately prior to the first permissive, the coordinator will provide a variable period for the coordinated phase extension (Permissive Yield Point). 3. The amount of coordinated phase extension shall be distributed proportionally. A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. , 5.1.4 Permissive Omit Mode - The operation shall be equal to Permissive Yield Mode above except that once the coordinated phase has terminated to service a call, it shall not occur again until after the last phase permissive has terminated or a phase is on that is compatible with the coordinated phase. A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a rr► cluster. 5.1.5 Sequential Omit Mode - The operation shall be equal to Permissive Yield Mode with the following exceptions: 1. Sequential Omit Mode provides a phase by phase sliding window of service (lifted omit). One and only one phase in a ring will have the omit lifted at any time. SP-70 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 r 2. Following the Permissive Yield Period, the coordinated phase shall be omitted until the last permissive is over. 3. Following the Permissive Yield Period, the opening of a permissive shall occur concurrent with the closing of the prior permissive. The closing of each permissive shall occur at its normal position in the cycle. A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.1.6 Full Actuated Mode - the operation shall be as defined in Permissive Yield Mode with the following exceptions: 1. Following the Permissive Yield Period, any phase may be served in the standard sequence provided the permissive period for that phase has not expired. ++� 2. Following the Permissive Yield Period, any phase may be reserviced in the standard sequence provided the permissive period for that phase has not expired. 3. Following the Permissive Yield Period and prior to the end of the permissive for the phase before the first coordinated phase, the coordinated phase shall operate as an actuated phase. A limitation shall be set on Full Actuated mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.2 Timing Plans 5.2.1 A minimum of 16 Timing Plans (Dial/Split) shall be provided. The +•+ Timing Plans shall be selected using telemetry (system), hardwire, or non-interconnected (time base) commands. 5.3 Cycle Length 5.3.1 One cycle length shall be provided for each Timing Plan. The cycle shall be adjustable over a range of 30-999 seconds in 1 second increments. The cycle time of each Timing Plan should be equal to the sum of the phase times of the longest path between barriers in all rings in the firmware. 5.4 Synchronization 5.4.1 For systems with a single system sync pulse, coordination timing shall be synchronized to the leading edge of that pulse, which shall serve as the master zero reference for all offset timing. w. 5.4.2 For hardwire systems with multiple sync pulses, the coordinator shall lock onto the correct sync by checking for reoccurrence based on the running cycle length. 5.4.3 After a valid system sync pulse has been received the coordinator shall check for the proper occurrence of the system sync pulse during each subsequent cycle. If a sync pulse does not occur for two consecutive cycles, the coordinator shall revert to "sync monitor free" r. operation (may be replaced by a TBC event). 5.5 Offset 5.5.1 Offset shall normally be defined as the time period from the system sync pulse to the beginning of the leading coordinated phase green (local zero). The coordinator shall also be capable of referencing the offset to the end of the coordinated phase green. err SP-71 NE 4t°Street/Hoquiam Ave NE Signal Improvement wry City of Renton June 2007 aw rl 5.5.2 Offsets shall be programmable in seconds. The range shall be from 0-999 seconds in 1 second increments. The coordinator shall provide three offsets per Timing Plan. 5.5.3 Offset changes shall be achieved by adding or subtracting cycle time over multiple cycle periods to allow a smooth transition to the new offset. Offset correction using dwell shall also be selectable. 5.6 Split 5.6.1 Each split shall provide a split interval for each phase. The split interval shall be programmable using seconds. The range shall be from 0-400 seconds in 1 second increments. 5.6.2 Split interval settings shall determine the maximum time, including vehicle clearance (yellow and red), for a non-coordinated phase, or the minimum time for a coordinated phase. 5.6.3 The firmware shall provide a 'fixed' forced mode that terminates a phase based on the plan timing. Each phase shall be forced the split rrr time after it becomes active to enable all unused time phase by phase to the beginning of the coordinated phase. 5.6.4 The firmware shall provide a 'floating' force mode that terminates a phase based on the cycle timing. Each phase shall be forced at a fixed position in the background cycle to enable unused time phase by phase to the next phase that has vehicle traffic that is capable of taking it. wr 5.6.5 The firmware shall provide the ability to inhibit the internal maximum green timing from terminating a phase during coordinated operation or force the concurrent operation of Maximum Green 1 / Maximum Green 2 during coordinated operation. 5.7 Transition Cycles 5.7.1 The firmware shall provide a smooth and orderly transition when changing from free operation to coordinated operation and from one + ► coordination command to another. 5.7.2 During a free-to-coordinated transition, the firmware shall initiate a pick-up cycle beginning upon receipt of a valid coordination command. The firmware shall then enter coordination mode at the beginning of the coordinated phase greens. 5.7.3 Each coordination command shall select a cycle, offset and split. Cycle, offset and split changes shall not take effect until local zero. 5.8 Absolute Sync 5.8.1 The firmware shall provide a sync reference method in which each cycle will be individually referenced to a single point in time. This operation shall allow the firmware to keep in step with a free running cycle counter, particularly one which does not divide evenly into 24 hours, such as a 70 second cycle. Following a power outage, the firmware shall automatically update the absolute sync reference points. The firmware shall be capable of updating the reference points following a power outage of up to seven days without being reset. 5.9 Local Split Demand 5.9.1 The coordinator shall provide a minimum of two queue selection routines (four detectors per routine assigned from system detectors) which shall allow the selection of a preferred coordination pattern based upon intersection demand. SP-72 NE 4rh Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 wr 5.9.2 The queue routines shall be capable of selecting tasks other than "* patterns when the demand level exceeds the thresholds. As a minimum, the alternate passage/ maximum operation and adaptive maximum operaton as specified above shall be selected via the queue routines. 5.10 Free Mode 5.10.1 The coordinator shall provide a free mode of operation, where all fm coordination control is removed. 5.10.2 Free mode operation shall be selectable by coordination commands. 5.10.3 The coordinator shall revert to the free mode when active 40 controller inputs or functions would interfere with coordination. Such inputs or functions shall include the following: a. Manual control enable b. Stop time c. Automatic flash d. Preemption 5.11 Manual Control The firmware shall allow manual override of the current coordination command. The manual command shall allow selection of any coordination r pattern to be in effect. 5.12 Interconnect Modes 5.12.4 The coordinator shall be capable of operating with any of the following interconnect types: a. Telemetry b. Non-interconnected coordination (time-based) c. Hardwired 5.12.5 The coordinator shall be compatible with fixed-time interconnect, which provides the sync pulse superimposed on the offset lines. The non-interconnected coordination mode shall serve as a backup when using telemetry or hardwired interconnect. 5.13 Master Coordinator 5.13.1 The coordinator shall output the coordination command, including sync pulse. This feature shall permit the firmware to be used as a time-of-day master in a hardwired interconnected system. 5.13.2 The firmware shall provide a user selectable option of interruptor sync pulses on the active offset output. Interruptor sync pulses shall provide the true sync pulse plus additional pulses at intervals equal to 20% and 25% of the cycle on alternate cycles. 6 Preemption The firmware shall provide a minimum of six preemption sequences. Preemption capability shall be standard and shall not require additional modules or software. 6.1 Railroad-Fire-Emergency Vehicle Preemption 6.1.1 The six preemptors shall be selectable as to priority one to another and any preempt to automatic flash. 6.1.2 Each preemptor shall provide a locking and non-locking memory feature for preemptor calls. If a preemptor is in the non-locking mode and a call is received and dropped during the delay time, the preemptor shall not be serviced. SP-73 NE 4th Street/Hoquiam Ave NE Signal Improvement rr City of Renton June 2007 rr j: l 6.1.3 Preemptor timing intervals shall be programmable from 0-999 in one second increments or 0-9.99 in one-tenth second increments, depending on function. 6.1.4 A programmable delay time interval shall be provided to inhibit the start of the preemption sequence. This time shall be programmable from 0-999 in one second increments. This interval shall begin timing upon receipt of a preemption call. 6.1.5 A programmable extend time shall be provided to stretch the call duration from the point of termination of the actuation. This time shall be programmable from 0-999 in one second increments. 6.1.6 A programmable duration time shall be provided to control the minimum time that a preemptor remains active. This time shall be programmable from 0-999 in one second increments. 6.1.7 A programmable maximum call time shall be provided to control the maximum time that a preemptor remains in control. This time shall be programmable from 0-999 in one second increments. The preemptor maximum call time interval shall be inhibited when set to zero. 6.1.8 A programmable lockout time shall be provided to prevent entering a Low Priority routine following exit from preempt. This time shall be programmable from 0-999 in one second increments. If a lockout time has not been entered (zero entry) then all phases with a call when leaving the sequence shall be serviced before the low-priority routine may be serviced. 6.1.9 Signal displays in effect at the beginning of a preemption sequence shall not be terminated unless the respective green/walk err has been in effect for a minimum time. If the respective green/walk has been active for longer than the programmed minimum GREEN/WALK time, the firmware shall immediately advance to the next interval. Minimum times shall be programmable for the GREENMIALK interval on a per ring basis. This time shall be programmable from 0-999 in one second increments. 6.1.10 A phase shall advance to pedestrian clearance if it has timed the minimum GREENIWALK interval at the beginning of a preemption sequence. The programmed preempt pedestrian clearance will then be timed . During preemption, Track Green and Dwell, pedestrian signals shall be individually selectable as being a solid DON'T WALK, solid WALK, flashing WALK, OFF (blank), or cycling (dwell). 6.1.11 During preempt, Track Green and Dwell, vehicle signals (phase ; and overlap) shall be individually selectable as being a solid Red, .r solid green, flashing Red, flashing Yellow, or cycling (dwell). 6.1.12 Each preemptor shall provide user-programmable Track Green and Dwell intervals with appropriate clearance intervals. 6.1.13 During the track green period, the preemptor shall time the track green, yellow and red intervals once, and then advance to the dwell interval. If track green timing is not selected (Track Green set to zero) the track green and clearance intervals shall be omitted from the preempt sequence. 6.1.14 The preemption dwell interval shall remain in effect until the preemptor duration time and dwell times have elapsed and the preemptor call has been removed or the preemptor maximum time has been exceeded. .r SP-74 NE 4th Street/Noquiam Ave NE Signal Improvement City of Renton June 2007 wr 6.1.15 Exit phases shall be selectable to time after the preemption "" sequence has been completed. These shall serve as transition phases to return the controller to normal operation. It shall also be possible to place calls on selected phases upon exiting preemption. 6.1.16 Preemptor linking shall permit preemption sequences, where lower-priority preemptors may call the higher-priority preemptors upon termination of their preemption sequence. 6.1.17 Preemptor active outputs shall be provided for each of the �. preemptors. The output shall be set to ON when the corresponding preempt or low-priority routine is in control. Additionally, it shall be possible to program the non-active, preemptor outputs to flash while another preemptor is active. An additional output ("priority active") shall be active when a priority routine is in control. 6.2 Low Priority Routines 6.2.1 Six low-priority routine routines shall provide control for bus or other low-priority vehicles. The low-priority routines shall be overridden by preempt(railroad-fire-emergency vehicle) calls. 6.2.2 An oscillating signal (1 to 6.25 hz- pulse-per-second) signal with a 50% duty cycle shall identify a low-priority call. Low-priority calls shall be capable of call memory and shall be served in the order received. 6.2.3 Low-priority timing intervals shall be programmable from 0-999 in one second increments. 6.2.4 A lockout time shall be provided to avoid excessive utilization of the same low-priority routine. If a call is received before the lockout time has elapsed, the low priority routine shall not be reserviced. If a lockout time has not been entered (zero entry) then all phases with a call when leaving the sequence shall be serviced before the low- priority routine may be served again. 6.2.5 Low-priority routines shall provide delay, extend, duration, and maximum call time functions similar to those for railroad-fire- emergency vehicle preemptors described above. 6.2.6 The low-priority routine shall advance to the green dwell interval. During this interval, permissive phases shall be selectable to remain green until the dwell time has elapsed and the low-priority routine call has been removed or the preemptor maximum call time has been ,., exceeded. 6.2.7 The low priority routine shall advance to the dwell interval as if Force Off were active. This shall preclude early termination of a Green interval prior to the completion of Minimum Green, Maximum Initial, Walk, or Ped Clear time. The ability to Skip phase(s) during this transition shall be provide as a user option. 6.2.8 It shall be possible to program the controller to allow concurrent phases to be serviced for a low-priority routine with only one phase selected as the dwell phase. 6.2.9 It shall also be possible to place calls on selected phases upon exiting a low priority routine. 6.2.10 Low Priority routines shall not disable or lockout coordination. Coordination shall continue to run during the low priority routine and shall determine the phase(s) to follow based on the current allowed phase(s) in the background cycle. 7 Preemption Safeguards SP-75 NE 4t°Street/Hoquiam Ave NE Signal Improvement .r City of Renton June 2007 aw s 7.1 If a preemptor call is active when power is restored to a controller, the firmware shall maintain the start-up condition for the duration of the preempt input and start-up time. Similarly, if external start is applied during a preemption sequence, the controller shall revert to Start-up rather than the initialization condition. The start-up condition shall remain in effect for the duration of the external start, preempt input and /or start-up time. 8 Time-based Control & Non-interconnected Coordination The firmware shall include time-based control. 8.1 Time-based Control 8.1.1 A minimum of 250 different traffic and/or auxiliary events shall be capable of being programmed over a 99 year time frame. 8.1.2 A program day is the list of traffic and/or auxiliary events to occur in a 24 hour period. The TBC program shall provide for 99 program days to be defined. 8.1.3 The normal day-of-week (Sunday through Saturday) event listing will utilize program days 01 through 07 with Sunday being program day 01. 8.1.4 The exceptions to the normal day-of-week event listings (special days) will utilize program days 01 through 99. Program days 01 through 49 will be utilized for special day programs which occur on the same date (month and month day) every year. Program days 50 through 99 shall be utilized for special days which occur on one date ► (year, month and month day). 8.1.5 It shall be possible to equate program days which require the same event listing to effectively multiply the event capacity. It shall be possible to transfer (copy) an entire program day event listing to another program day to permit data editing to create a similar but different program day event listing. 8.2 Traffic Functions 8.2.1 The TBC scheduler shall provide for the programming of traffic and auxiliary events to implement non-interconnected coordination. These shall not have to be entered in any special sequence. Each of the traffic events shall permit selection of the following functions: a. Time of occurrence(Hour, minute and program day) b. Coordination (TBC pattern or interconnect) c. Free (No Coordination) d. Flashing e. Maximum 2 Timing by phase rr f. Phase Omit by phase g. Ped Omit by phase h. Maximum Vehicle Recall by phase L Minimum Vehicle Recall by phase j. Pedestrian Recall by phase 8.2.2 Selection of TBC on-line by external input shall allow the coordination pattern selected by the hardwire system to override the current TBC coordination pattern. 8.2.3 When operating in the non-interconnected coordination mode the synchronization point for all cycles shall be referenced to a user selected reference time (hour and minute) or the event time. The sync reference time is that time from which all cycle zeros shall be err SP-76 NE 4h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 am calculated. The synchronization point for the cycle selected by the current event, shall be computed using the present time, sync reference time, and cycle length. The synchronization point shall occur whenever the present time is such that an even number of cycle length periods have occurred since the sync reference time. 8.3 Auxiliary Functions 8.3.1 These events shall be separate from the non-interconnected traffic events described above. Auxiliary events shall not have to be entered in any special sequence. Each of the events shall permit selection of the following functions: a. Day program assignment b. Start time c. Auxiliary outputs e. Dimming g. Detector logging h. Detector diagnostic plan L Control of eight special functions 8.4 Time Of Year Functions 8.4.1 The firmware shall be capable of implementing exception day programs and alternate week programs on a Month, Month Day, and Year basis. A minimum of nine (9) alternate week programs shall be capable of being defined. 9 Detector Functions .r 9.1 The firmware shall provide a minimum of 72 vehicle detector inputs. Each input shall be assignable to any phase and be programmable as to detector function. Extend and delay timing shall be provided for each detector. �. 9.2 The firmware shall provide detector cross switching, which permits all vehicle detectors to alternately place calls on their assigned phases and their assigned cross-switch phases. If the assigned phase is not green and w. the cross-switch phase is green, the detector shall place calls on the cross switch phase. 9.3 Each vehicle detector shall be user-programmable to operate as one of the following 7 detector types: a. Type 0 (VEH) - Detector shall operate as a standard detector providing one call per actuation. b. Type 1 (PED): The detector input operates as a standard pedestrian detector. c. Type 2 (ONE): The detector input operates as a vehicle detector that is operational while the phase is not green until a call is received on the assigned phase. d. Type 3 (SBA): Detector shall operate as follows: Vehicle calls shall be accepted only when the phase is not green. When a call is detected, it shall be held until the detection area is empty. The extend timer shall begin timing with the phase green. Once the extend timer times-out OR the detection area is empty, no further calls shall be accepted until the phase is again not green. e. Type 4 (SBB): Detector shall operate as follows: Vehicle calls shall be accepted only when the phase is not green. When a call is detected, it shall be held until the detection area is empty (if the extend timer is set to zero). The extend timer shall begin timing with the phase green. SP-77 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton rw+ June 2007 i If a call is received before the extend timer has timed-out, the timer shall be reset. Timer reset shall occur until a gap between the calls is large enough to allow the extend timer to time-out. Once time-out has occurred, no further calls shall be accepted until the green terminates. f. Type 5 (PPL): The detector input operates as a turn vehicle detector r Adaptive Protected/Permissive routine. g. Type 6 (PPT): The detector input operates as a through vehicle detector Adaptive Protected/Permissive routine. 9.4 Each detector input shall be capable of functioning as one of 8 system detectors. 9.5 Vehicle detectors shall be capable of being assigned to a minimum of 2 speed trap detector sets. Speed shall be detected using a two detector configuration. Speed shall be computed using a keyboard entered loop spacing distance (11 ft. or 22 ft.). 9.6 The firmware shall provide a minimum of 8 hardware-denoted pedestrian detector inputs. Each pedestrian detector shall be assignable to any phase. 10 System Communications 10.1 The firmware shall be capable of communicating with an on-street system master or directly to a central office computer-based system master. This capability shall be provided by a separate telemetry module, which shall be included in the controller when required by the plans and specifications. ► The telemetry module shall receive system commands and data transmissions. In addition, it shall transmit the controller status, data base and system detector information to the system master. 10.2System Commands 10.2.1 The telemetry module shall allow the firmware to receive, as a minimum, the following commands: a. Cycle, offset, and split (coordination pattern) b. Timing parameter downloading and verification c. Special function commands (minimum of eight) d. Coordinated, Free, standby and flash mode commands ' e. Time and date f. Request for local status 10.2.2 In the absence of being polled by the master, within a user-defined period (1-255 minutes), the local will revert to backup TBC and coordination mode. When again polled by the master the local will return to the system mode and transition to the master-called program. 10.3 Status Data 10.3.1 The status of each of the following functions shall be transmitted rid to the system master in response to a local status request: a. Green and yellow status for all phases and overlaps b. Walk and pedestrian clearance status for all phases c. Vehicle and pedestrian detector status d. Phase termination status e. Local time f. Coordination status (1) Command source SP-78 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 to (2) Sync or transitioning status of coordinator g. Conflict flash status h. Local flash status I. Automatic flash status j. Local Free k. Preempt activity and calls I. Volume and occupancy data from a minimum of 8 system detectors m. Speed data from a minimum of two speed detectors n. Status of six user-defined alarms 10.4Upload/Download Capability 10.4.1 The telemetry module shall provide the capability to upload/download the entire intersection data base. 10.5Telemetry 10.5.1 Telemetry shall utilize TDM/FSK data transmission at 1200 baud over a single pair of wires. These may be leased lines (Type 3002, voice l'" grade, unconditioned) or dedicated cable. Optional fiber optic communications capability shall also be available. 10.5.2 The nominal transmitter output level shall be 0 dbm into a 600 ohm load. The receiver sensitivity shall be 3 to-40 dbm. 10.5.3 There shall be a communications status display to show telemetry activity as follows: on or off line, carrier active or inactive, transmit active/inactive and response returned (ACK or NAK) , receive active and data valid or invalid. 11 Diagnostic Features 11.1 The 2070 controller provides the SE-PAC firmware with a Validation Suite that consists of resident diagnostic capabilities, some automatic and some user initiated, describing its own internal state. The automatic Validation Suite routines run continuously in a loop until stopped by the user. The user-initiated routines are executed on command by a front panel or laptop key entry. Some of the tests require installation of wrap-around or loop-back cables. 11.2Automatic tests performed on the controller include: Real Time Clock, RAM memory, FLASH memory, Input/Output wrap-around, SDLC packet, and Timers. 11.3 User-initiated tests performed on the controller include: Keypads and •• Displays, Data Key Validation, and Terminal Validation. 11.4 Detector Diagnostics 11.4.1 Time-of-day controlled detector diagnostics shall be provided that .. allow testing vehicle and pedestrian detectors for no activity, maximum presence, and erratic output. 11.1.2 A minimum of two detector diagnostic plans shall be provided. These plans shall be selectable on a time-of-day basis. This shall allow varying the detector diagnostic values to correspond with changes in detector activity. 11.1.3 If a detector is diagnosed as failed, the associated phase shall be placed on minimum recall until such time as the detector is classified as "on-line". SP-79 NE 4`h Street/Hoquiam Ave NE Signal Improvement a, City of Renton June 2007 Ili 11.1.4 Diagnostics for detectors connected to the controller using a Bus Interface Unit (BIU) shall also include detection of watchdog, open and shorted loop, and excessive inductance change failures. 12 Logging Features The firmware shall be capable of logging and reporting activity, failures, and the occurrence of selected events or alarms. 12.1 Communications Fault Logging 12.1.1 The firmware shall include a communications fault log capable of storing a minimum of 60 time and date-stamped communications fault events. Once logged, communications fault events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest communications fault events shall be overwritten. 12.2Detector History Logging 12.2.1 The firmware shall include a detector history log capable of logging raw and average volume and raw and average occupancy for up to 8 system detectors. The log shall be capable of storing a minimum of 96 time and date stamped detector history events. Once logged, detector history events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest detector history events shall be overwritten. 12.2.2 The detector logging shall be controlled as TBC programmed events. 12.3 Detector Fault Logging 12.3.1 The firmware shall include a detector fault log capable of storing a minimum of 60 time and date-stamped detector fault events. Once logged, detector fault events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest detector fault events shall be overwritten. 12.3.2 All detector diagnostic faults shall be recorded in the detector fault log including: no activity, maximum presence, erratic counts, watchdog failure, open loop, shorted loop, and excessive inductance change. If a detector recovers after a diagnostic fault, a detector on-line event shall be stored in the detector fault log. rat 12AEvent Logging 12.4.1 The firmware shall include an event log capable of storing a minimum of 120 time and date-stamped events or alarms. Once logged, events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest events shall be overwritten. 12.4.2 At a minimum the following events shall be logged: communication failures, coordination faults, conflict monitor and local flash status, preempt, power ON/OFF, data change (from keyboard), data change (from remote), processor faults, EPROM and EEPROM diagnostic faults, invalid configuration. Up to 86 different messages shall be available. An event shall be logged when an event or alarm returns to normal status. 12.5MOE Logging The firmware shall capture information on a coordination cycle by cycle basis noting: a. Volume (Per cycle average number of actuations) b. Stops (Per cycle average number of actuation received during the non-green time of the phase) SP-80 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 Ub c. Delay (Per cycle average time of the delay on each phase - delay accumulates based on cars waiting and elapsed time) d. Utilization (Per cycle average green time used on each phase) The above information shall be included in a moe log capable of storing a minimum of 24 time and date-stamped moe events. Once logged, moe events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest moe events shall be overwritten. . 12.6Speed Logging The firmware shall capture the average speed trap speed for the duration a coordination pattern is active for inclusion in a speed log capable of storing a minimum of 24 time and date-stamped speed events. Once logged, speed events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest speed events shall be overwritten. 12.7Cycle MOE Logging The firmware shall capture coordination information on a cycle by cycle basis for each noting the force status, green utilization plus/minus from split, and whether there was a offset correction in that cycle for inclusion in a cycle moe log capable of storing a minimum of 60 time and date- stamped cycle moe events. Once logged, cycle moe events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest cycle moe events shall be overwritten. 12.8Volume Count Logging The firmware shall be capable of using up to 24 vehicle or pedestrian detector inputs for a Volume Count log capable of storing a minimum of 72 time and date-stamped Volume Count events. Once logged, Volume Count events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest Volume Count events shall be overwritten. The Volume Count log interval shall be user selectable within the range 0- "' 120 minutes. Each Volume Count event in the log shall denote if an assigned detector was diagnosed as failed at any time during the log interval. When a power down occurs in a log interval, all detectors shall be marked as failed to prevent the data being used in error. 9-29.13(7)A Environmental, Performance and Test Standards for Solid-State Traffic Controllers (RC) Section 9-29.13(7)A is supplemented by adding the following: The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check-out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. SP-81 NE 4t'Street/Hoquiam Ave NE Signal Improvement a.r City of Renton June 2007 Ali 9-29.13(7)B Auxiliary Equipment for NEMA Controllers Section 9-29.13(7)B is revised and supplemented as follows: The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic-actuated controllers: 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the flasher and isolate the controller from light circuits. See Section 9- 29.13(2) for operational requirements. The flasher shall be two circuit with indicator lights. The unit shall be rated for fifteen (15) amps per circuit through the entire NEMA temperature range. 2. Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the plans), each r� pedestrian phase and preemption sequence indicated in the contract. Type P & R cabinets shall include a fully wired 16-position back panel. Solid- state load switches shall conform to NEMA standards except only optically isolated load switches will be allowed. Load switches shall include indicator lights on the input and output circuits. 3. A power panel with: a. A control-display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 30 ampere minimum. b. A 20 ampere accessory breaker wired parallel to the control ,, display breaker. The breaker will carry accessory loads, including vent fan, cabinet light, plug receptacle, etc. c. A busbar isolated from ground and unfused for the neutral side of power supply. d. A radio interference suppresser to the output side of the control display breaker. See Section 9-29.13(6)for other requirements. e. A transient voltage protection device connected to the controller power circuit for protection against voltage abnormalities of 1 cycle or less duration. The protector shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The current rating of the device shall be 15 amps minimum. The device shall provide transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fail, they shall fail to an open circuit condition. The device shall meet all requirements of UL standard 1449. The suppressed voltage rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self-induced regenerative ringing. There shall be a failure warning indictor light which shall illuminate when the device has failed and is no longer operable. f. Cabinet ground busbar independent (150K ohms minimum) of neutral. W Sections 4 - 13 are replaced with the following: GENERAL Sp_82 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 vr. All mounting hardware used in the cabinet, whether it is used to secure equipment or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. Aw FAIL SAFE UNIT 1. INTRODUCTION This specification sets forth the minimum requirements for a shelf- mountable, sixteen channel, solid-state Malfunction Management Unit (MMU). The MMU shall meet, as a minimum, all applicable sections of the NEMA Standards Publication No. TS2-1998. Where differences occur, this specification shall govern. 2. MONITORING FUNCTIONS The following monitoring functions shall be provided in addition to those required by the NEMA Standard Section 4. •► 2.1 DUAL INDICATION MONITOR Dual Indication monitoring shall detect simultaneous input combinations of active Green (Walk), Yellow, or Red (Dont Walk) field signal inputs on the same channel. In Type 12 mode this monitoring function detects simultaneous input combinations of active Green and Yellow, Green and Red, Yellow and Red, Walk and Yellow, or Walk and Red field signal inputs on the same channel. rrw 2.1.1 DUAL INDICATION MONITORING Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be provided on the MMU front panel to enable Dual Indication Monitoring on a per channel basis. The Dual Indication Monitor function shall provide two modes of operation, Dual Indication Fault and GY Dual Indication Fault. When voltages on two inputs of a vehicle channel are sensed as active for more than 450 msec, the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the DUAL INDICATION indicator. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the ,,. EXTERNAL RESET input. When voltages on two inputs of a vehicle channel are sensed as active for less than 200 msec, the MMU shall not transfer the OUTPUT relay contacts to the Fault position. When operating in the Type 16 mode with Port 1 communications .� enabled, Bit#68 (Spare Bit#2) of the Type #129 response frame shall be set to indicate a Dual Indication fault has been detected. Dual Indication Monitoring shall be disabled when the RED ENABLE input is not active. 2.1.2 GY DUAL INDICATION MONITOR GY Dual Indication monitoring shall detect simultaneous inputs of active Green and Yellow field signal inputs on the same channel. It will r be used to monitor channels which have an unused Red field signal input tied to AC LINE such as a five section signal head. GY-Dual Indication Monitoring shall be enabled by a front panel r. option switch. When the GY Dual Indication Monitoring option is enabled, all channels which have the front panel FIELD CHECK/DUAL ENABLE switches OFF shall be individually monitored for simultaneous active Green and Yellow field signal inputs.All channels ,. which have the front panel FIELD CHECK/DUAL ENABLE switches ON (i.e. enabled for Dual Indication Monitoring) shall function as described above in Dual Indication Monitoring. SP-83 NE 4'h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 r 2.2 FIELD CHECK MONITORING Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be provided on the MMU front panel to enable Field Check Monitoring on a per channel basis. The Field Check Monitor function shall provide two modes of operation, Field Check Fault and Field Check Status. Field Check Monitoring shall be disabled when the RED ENABLE input is not active. The Field Check Monitoring function shall be disabled in the Type 12 mode. 2.2.1 FIELD CHECK MONITOR ' In the Field Check Fault mode, when the field signal input states sensed as active or inactive by the MMU do not correspond with the data provided by the Controller Unit in the Type#0 message for 10 consecutive messages, the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the FIELD CHECK FAIL indicator. The Channel Status Display shall indicate the channels on which the Field Check fault was detected. Bit #67 (Spare Bit #1) of the Type#129 response frame shall be set to indicate a Field Check fault has been detected. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. 2.2.2 FIELD CHECK STATUS The Field Check Status mode shall work in combination with the other fault monitoring functions of the MMU. When a Conflict, Red so Fail, Clearance Fail, or Dual Indication Fail triggers the MMU, the Channel Status Display and Fault Status Display shall correspond to that detected fault. If Field Check errors were detected while the fault was being timed, the inputs on which the Field Check errors were detected shall double pulse at the same time as the FIELD CHECK STATUS indicator. Bit#67 (Spare Bit#1) of the Type #129 response frame shall also be set to indicate Field Check errors have been detected. 2.3 RECURRENT PULSE MONITORING The Signal Monitor shall detect Conflict, Red Fail, and Dual Indication faults that result from intermittent or flickering field signal inputs. These recurring pulses shall result in a latching fault with the RECURRENT PULSE STATUS indicator illuminated along with the resulting Conflict, Red Fail, or Dual Indication indicator. An option switch shall be provided to disable the RP detect function for testing purposes. When operating in the Type 16 mode with Port 1 communications enabled, Bit #69 (Spare Bit#3) of the Type #129 response frame shall be set to indicate a Recurrent Pulse status has been detected. 2.4 EXTERNAL WATCHDOG MONITOR The MMU shall provide the capability to monitor an optional external logic level output from a Controller Unit or other external cabinet circuitry. If the MMU does not receive a change in state on the EXTERNAL WATCHDOG input for 1500 msec (±100 msec), the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the CVM/WATCHDOG indicator. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input.An MMU Power Failure shall reset the CVM/WATCHDOG fault state of the monitor. L The EXTERNAL WATCHDOG input shall be wired to connector MSB- S. When operating in the Type 16 mode with Port 1 communications 4 SP-84 NE 4`h Street/ Hoquiarn Ave NE Signal Improvement City of Renton June 2007 enabled, Bit#70 (Spare Bit#4) of the Type #129 response frame shall be set to indicate an External Watchdog fault has been detected. 2.5 WALK DISABLE OPTION The MMU shall provide the capability to exclude the Walk inputs from the Red Fail fault detection algorithm when operating in the Type 12 mode. When the option is selected, the absence of signals on the Green, Yellow, and Red field outputs of a channel will place the MMU- 16 unit into the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the RED FAIL indicator. 2.6 TYPE FAULT MONITOR The MMU shall verify at power-up that the Type 12 or Type 16 operating mode as determined by the TYPE SELECT input is consistent with the mode set by the last external reset. Detection of a Type Fault shall place the MMU into the fault mode, transfer the OUTPUT relay contacts to the Fault position, illuminate the DIAGNOSTIC indicator, and flash the TYPE 12 indicator at a 2Hz rate. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input.An MMU Power Failure shall reset the Type Fault state of the monitor. 2.7 CONFIGURATION CHANGE MONITOR On power-up, reset, and periodically during operation, the Signal Monitor shall compare the current configuration settings with the previously stored value. If the settings have changed, the Signal Monitor shall automatically log the new setting. These settings shall include the Program Card jumpers and all switches. A programming option shall be provided such that any change in the configuration parameters shall cause the Signal Monitor to enter the fault mode causing the Output relay contacts to close and enabling the Stop-Time output to the controller. To indicate this fault mode the PGM CARD / CF indicator shall flash at a 4 Hz rate. Depressing the Reset button for 3 seconds shall be required to clear this fault and log the new configuration parameters. If the programming option is not selected, the unit shall not set the �.. fault mode but will still log the configuration change. 2.8 CVM LOG DISABLE The MMU shall provide a means to disable the logging of CVM w fault events. 3 DISPLAY FUNCTIONS The following display functions shall be provided in addition to those required by the NEMA Standard Section 4. 3.1 FULL INTERSECTION CHANNEL STATUS DISPLAY A separate Red, Yellow, and Green indicator shall be provided for each channel to show full intersection status simultaneously. For Type 12 mode operation the Walk input status shall be shown on channel indicators 13 through 16. 3.2 FAULT CHANNEL STATUS DISPLAY During normal operation the 48 Channel Status indicators shall display all active signals. In the fault mode the Channel Status indicators shall display all signals active at the time of the fault for six seconds and then indicate the channels involved in the fault for 2 seconds. 3.3 FIELD CHECK STATUS DISPLAY The FIELD CHECK FAIL indicator shall illuminate when a Field Check Fault is detected. The Channel Status display shall show the SP-85 NE 4"'Street/Hoquiam Ave NE Signal Improvement City of*Renton June 2007 channels on which the Field Check fault occurred. If Field Check errors occurred during a Conflict Fault, Red Fail, ' Clearance Fail, or Dual Indication Fail the FIELD CHECK STATUS indicator shall illuminate. The channels on which the Field Check Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the FIELD CHECK STATUS indicator. 3.4 RECURRENT PULSE STATUS DISPLAY If Recurrent Pulse inputs were detected during a Conflict Fault, Red Fail, or Dual Indication Fail the RECURRENT PULSE STATUS indicator shall illuminate. The channels on which the Recurrent Pulse Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the RECURRENT PULSE STATUS indicator. 3.5 DISPLAY INDICATORS The following display indicators shall be provided in addition to those required by the NEMA Standard Section 4. 3.5.1 Type 12 Mode Indicator The TYPE 12 indicator shall illuminate when the MMU is programmed for Type 12 operation. If a Type Fault is detected the DIAGNOSTIC indicator shall illuminate and the TYPE 12 indicator shall flash at a rate of 2Hz. 3.5.2 Dual Indication Indicator The DUAL INDICATION indicator shall illuminate when a DUAL INDICATION Fault is detected. The Channel Status display shall show the channels which were detected as DUAL INDICATION. 3.5.3 Power Indicator The POWER indicator shall flash at a rate of 2Hz when the AC LINE voltage is below the drop-out level. It shall illuminate steadily when the AC LINE voltage returns above the restore level. 3.5.4 Port 1 Receive Indicator The RECEIVE indicator shall illuminate for a 33 msec pulse each time a Port 1 message is correctly received from the Controller Unit. 3.5.5 Port 1 Transmit Indicator The TRANSMIT indicator shall illuminate for a 33 msec pulse each time a Port 1 message is transmitted from the MMU. 3.5.6 RS232 Receive Indicator The COMM indicator shall illuminate for a 33 msec pulse each time a message is correctly received on the RS-232 port. 3.5.7 Program Card / CF Indicator The PGM CARD indicator shall illuminate if the Programming Card is absent or not seated properly in the edge connector. The PGM CARD indicator shall flash at a 4 Hz rate if the MMU has been triggered by a Configuration Change fault 3.5.8 Y+R Clearance Indicator The Y+R CLEARANCE indicator shall illuminate when the MMU - has been triggered by a Yellow Change plus Red Clearance fault. 3.5.9 Field Check Fail Indicator The FIELD CHECK FAIL indicator shall illuminate when the MMU has been triggered by a Field Check fault. 3.6 OPERATING MODES The MMU shall operate in both the Type 12 mode and Type 16 mode as required by the NEMA Standard. SP-86 NE 4"' Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 4 HARDWARE 4.1 ENCLOSURE 4.1.1 The MMU shall be compact so as to fit in limited cabinet space. It shall be possible to install on a shelf that is at least 7" deep. Overall dimensions, including mating connectors and harness, shall not exceed 10.5" x 4.5" x 11" (H x W x D). 4.1.2 The enclosure shall be constructed of sheet aluminum with a minimum thickness of 0.062", and shall be finished with an attractive and durable protective coating. Model, serial number, and program information shall be permanently displayed on the top surface. 4.2 ELECTRONICS �. 4.2.1 A microprocessor shall be used for all timing and control functions. Continuing operation of the microprocessor shall be verified by an independent monitor circuit, which shall force the OUTPUT RELAY to .. the de-energized "fault" state and indicate an error message if a pulse is not received from the microprocessor within a defined period not to exceed 500 ms. 4.2.2 High speed sampling techniques shall be used to determine the true RIMS value of the AC field inputs. Each AC input shall be sampled at least 32 times per line cycle. The RMS voltage measurement shall be insensitive to phase, frequency, and waveform distortion. 4.2.3 In the interest of reliability, only the PROM memory device for the microprocessor firmware shall be socket mounted. The PROM Memory socket shall be a precision screw machine type socket with a gold contact finish providing a reliable gas tight seal. Low insertion force sockets or sockets with "wiper" type contacts shall not be acceptable. 4.2.4 All user programmed configuration settings shall be stored in an electrically erasable programmable read-only memory (EEPROM) or front panel DIP switches. Designs using a battery to maintain configuration data shall not be acceptable. 4.2.5 All 120 VAC field terminal inputs shall provide an input impedance of at least 150K ohms and be terminated with a resistor having a power dissipation rating of 0.5 Watts or greater. 4.2.6 All electrical components used in the MMU shall be rated by the component manufacturer to operate over the full NEMA temperature range of-34oC to +74oC. 4.2.7 All printed circuit boards shall meet the requirements of the NEMA Standard plus the following requirements to enhance reliability: a. All plated-through holes and exposed circuit traces shall be plated with solder. b. Both sides of the printed circuit board shall be covered with a solder mask material. c. The circuit reference designation for all components and the polarity of all capacitors and diodes shall be clearly marked adjacent to the component. Pin #1 for all integrated circuit packages shall be designated on both sides of all printed circuit boards. VIM d. All electrical mating surfaces shall be gold plated. e. All printed circuit board assemblies shall be coated on both sides with a clear moisture-proof and fungus-proof sealant. Eft 4.3 FRONT PANEL & CONNECTORS SP-87 NE 4"'Street/ Hoquiam Ave NE Signal Improvement r. City of Renton lune 2007 r 4.3.1 All displays, configuration switches, and connectors shall be mounted on the front panel of the MMU.All MMU configuration inputs beyond those required by the NEMA Standard shall be provided by front panel mounted DIP switches and shall be clearly labeled. Configuration DIP switches shall be provided for the following functions: a. Field Check/ Dual Enables 1-16 b. GY-Dual Indication Enable (GY ENABLE) c. Recurrent Pulse Test Disable (RP DISABLE) d. External Watchdog Enable (WD ENABLE) e. Walk Disable (Type 12) at f. Configuration Change Fault Enable (CF ENABLE) g. CVM Log Disable 4.3.2 MS CONNECTORS r The MS connectors on the MMU shall have a metallic shell and be attached to the chassis internally. The connectors shall be mounted on the front of the unit in accordance with the following: Connector A shall intermate with a MS 3116 22-55 SZ, and Connector B shall intermate with a MS 3116 16-26 S. In the interest of reliability and repair ability, printed circuit board mounted MS connectors shall not be acceptable. Internal MS harness wire shall be a minimum of AWG #22, 19 strands. 4.3.3 EIA-232 Port The EIA-232 port shall be electrically isolated from the MMU electronics using optical couplers. The connector shall be an AMP 9721A or equivalent 9 pin metal shell D subminiature type with female contacts. Pin assignments shall be as shown in the following table: PIN FUNCTION 1 DCD* 2 TX DATA 3 RX DATA 4 DTR (Data Terminal Ready) 5 SIGNAL GROUND 6 DSR* ui 7 DSR* 8 CTS* 9 NC id *Jumper options shall be provided to allow the connection of Pin #4 to be made with Pin #7, and the connection of Pin #8 to be made with Pin #1 and or Pin #6. 5 EVENT LOGGING FUNCTIONS The Signal Monitor shall be capable of storing in non-volatile memory a minimum of 100 events. Each event shall be marked with the time and date of the event. These events shall consist of fault events, AC Line events, reset events, and configuration change events. The capability to assign a four digit identification number and 30 character description to the unit shall be provided. The event logs shall be uploaded to a PC using the serial port of the Signal Monitor and Windows 9x based software provided by the manufacturer. Each event log report shall contain the following information: SP-88 NE 4"'Street/ Hoquiam Ave NE Signal Improvement City of Renton June 2007 a) Monitor ID#: a four digit (0000-9999) ID number and 30 character description assigned to the monitor. b) Time and Date: time and date of occurrence. c) Event Number: identifies the record number in the log. Event#1 is "" the most recent event. 5.1 Monitor Status Report (CS) The Current Status report shall contain the following information: go a) Fault Type: the fault type description. b) Field Status: the current GYR(W)field status and field RMS voltages if the monitor is not in the fault state, or the latched field aw status and field RMS voltages and fault channel status at the time of the fault. c) Cabinet Temperature: the current temperature if the monitor is not in the fault state, or the latched temperature at the time of the fault. d) AC Line Voltage: the current AC Line voltage and frequency if the monitor is not in the fault state, or the AC Line voltage and frequency at the time of the fault. e) Control Input Status: the current state and RMS voltages of the Red Enable input & Load Switch Flash bit input if the monitor is not in the fault state, or the status latched at the time of the fault. 5.2 Previous Fault Log (PF) The Previous Fault log shall contain the following information: a) Fault Type: the fault type description. b) Field Status: the latched field status with RMS voltages, fault channel status, RP Detect status and Field Check status at the time of the fault. c) Cabinet Temperature: the latched temperature at the time of the fault. d) AC Line Voltage: the AC Line voltage & frequency at the time of the fault. e) Control Input Status: the latched state of the Red Enable input at the time of the fault. 5.3 AC Line Event Log (AC) The AC Line log shall contain the following information: a) Event Type: describes the type of AC Line event that occurred. Power-up -AC on, monitor performed a cold start Interrupt -AC Line < Brownout level Restore -AC restored from AC brown-out or AC interruption (AC Off), no cold start b) AC Line Voltage: the AC Line voltage & frequency at the time of the event. 5.4 Monitor Reset Log (MR) The Monitor Reset log shall contain the following information: a) The monitor was reset from a fault by the front panel Reset button, or External Reset input, or a non-latched event clear. 5.5 Configuration Change Log (CF) The Configuration Change log shall contain the following information: SP-89 NE 4°i Street/Hoquiam Ave NE Signal Improvement rr City of Renton June 2007 k Will a. The status of all configuration programming including the contents of the Program Card, all configuration dip switches and option switches. b. Any configuration programming inputs such as 24V Inhibit, Port 1 Disable, Type select. c. Configuration CRC:A unique CRC value which is based on the configuration of items #a and #b above. The log shall also indicate which items have been changed since the last log entry. 5.6 Signal Sequence Log (SSQ) A log shall be provided that graphically displays all field signal states for up to 30 seconds prior to the current fault trigger event. The resolution of the display shall be at least 50 milliseconds. SURGE PROTECTOR(LIGHTING ARRESTER) The controller shall have an input voltage surge protector that shall protect the controller input from any voltage surges that could damage the controller or any of its components. FIELD WIRING TERMINAL There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different numbering system is used for the cabinet wiring, then both numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. COMPUTER INTERFACE UNIT Interface communication devices shall be designed as separate units or as modules that plug directly into the controller case. The communication devices shall be used for on-line computer control of the intersection and shall be capable of transmitting all detector and signal status information and receiving and decoding command information from the computer all in conformance and within the capability of the multisonic master computer unit or other central system as specified in the plans and specifications and the interconnect cables. DOOR SWITCH A door switch shall be provided on the signal cabinet door interfacing with the signal conflict monitor. In the event that the conflict monitor has been left disconnected, the signal display shall immediately flash when the signal cabinet door is closed. The signal display shall remain in flash when the cabinet door is reopened. The signal display shall also remain in flash if a power recovery occurs with the door open and if the conflict monitor is not installed. A reset switch located on the load-bay shall be provided to clear both of these flashing conditions.A second door switch shall be provided to operate the cabinet light. UNIVERSAL DETECTOR INPUT PANEL A universal detector input panel shall be provided on the left sidewall of the cabinet. This panel shall be usable with any NEMA TS1 Controller and shall include a detector matrix to assign detector outs to any controller detector input ' on the A, B, C or D cable. WIRE COLOR SCHEME SP-90 NE 4"'Street/Hoquiam Ave NE Signal Improvement City of Renton ,lime 2007 ar All 120VAC circuits shall use black wire. All other circuits shall not use black wires. Color traces shall be used to identify functions. Red wire is to be used for all 24VDC circuits, and blue for logic ground circuits. PREEMPTION INDICATOR LIGHT The preemption indicator light shall be energized when the emergency vehicle preemption system is in operation. Said light shall turn on when a phase is preempted and the priority green is displayed. There shall be one indicator light for each of the four emergency vehicle preempt channels. POWER REQUIREMENTS The controller cabinet and all associated equipment shall be designed for use on 120 volts, 60 Hz., single phase alternating current. LOADBAY The controller cabinet shall contain a loadbay panel with the following minimum requirements: 1. The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4 overlap phases and 16 loadswitch positions. 2. The loadbay shall incorporate a swing down design to facilitate ease of maintenance and repair. It shall have service loops with sufficient slack to allow for the load bay to swing down without any of the harnesses being unsecured. Panels mounted on the sides, and shelves shall not interfere with the swing down operation. The loadbay width shall not exceed 34". To obtain this size, loadswitch sockets may be on 1.9375" centers. 3. The loadbay shall be located in the front of the rear wall of the cabinet. 4. Terminal blocks for terminating field wiring shall be supplied. No wires are permitted on the field side of the blocks. This includes wires for flash control. 5. Flash programming shall be done with the use of 9 pin Molex connectors. The connectors shall also provide a means to select which flasher circuit is used. The pin assignments of these connectors shall comply with existing standards. 6. The loadbay shall be designed with an intuitive layout to facilitate +�+ maintenance. A vertical terminal block for each phase will be mounted above the corresponding phase loadswitch. All controller functions for that phase will terminate on that terminal block. 7. The loadbay shall be designed to incorporate the use of supplemental loads. These loads shall be chassis mounted. The use of "sky hooks" to mount components is unacceptable. Supplemental load resistors are to be provided for all odd phase's red, yellow and green. 8. All pedestrian monitor input wires shall be terminated on banana jacks to allow easy reprogramming in the future. 9. All load switches, flasher, and flash transfer relay sockets shall be mounted with screws. Clip mounting is unacceptable. 10. The loadbay shall incorporate a relay to remove 24VDC from the load switches during flash. Immediately below this relay there shall be mounted a NC push button switch to reapply the 24VDC for trouble shooting purposes. 11. All wiring shall be color-coded. Wire with a black base color shall be used for all 120VAC circuits; all other circuits will not use black. Red, yellow and green traces shall be used to identify related functions on both black and not black wires. Red shall be used for 24VDC circuits 12. The loadbay shall be a Cascade Signal Corporation assembly #361 or a pre-approved equal. SP-91 NE 4"'Street/Hoquiam Ave NE Signal Improvement to City of Renton June 2007 TECHNICIAN TEST PANEL The maintenance panel shall be hinged for easy interior access. The maintenance panel shall have the 20 AMP GFI and have the following switches and indicators: Flash/Automatic Stop Time - 3-position switch, On - OFF- On Flash (with Stop Time indicator light, LED). Controller Power - On /Off Vehicle Call - Push buttons - Phase 1 through 8 Ped Call - Push buttons - Phase 2, 4, 6 & 8 Preemption -Test push buttons -A, B, C, & D LIGHT, FAN AND THERMOSTAT ASSEMBLY The fan and thermostat assemblies shall be located on the top inside of the cabinet and shall be attached to the plenum. One (1) complete fan assembly shall be furnished in each cabinet. The cabinet light is to be an fluorescent and operated by a NC door operated switch. The fan shall be rated at 100-CFM minimum and shall have ball bearings. Sleeve bearings are expressly forbidden. The fan shall have screened covers. The thermostat shall be 120 VAC and have a temperature rating of 70 to N 120 degrees Fahrenheit. An RC network shall be provided across the positive and negative inputs to the fan. FLASH TRANSFER RELAY + Flash transfer relays shall be provided with each cabinet. Six (6) each shall be supplied with the Type 'P' cabinet. A thin copper disc called a non- freeze pin shall be included in the relay design to combat the residual magnetism phenomena. The uses of tape, plastic or dimples are not acceptable solutions. LOADSWITCHES Ila The load switches shall be a three-(3) function NEMA and shall have LED indicator lights that show the input side of the relay. The unit shall be rated for a minimum of ten (10) amps per circuit through the entire NEMA temperature range. DETECTOR CARD CAGE The detector card cage shall be a completely enclosed assembly. It shall have 12 positions and wired for two channel detector amps as specified in section 9-29.18. The last two card cage slots shall be wired for the emergency pre-emption modules described in section 9-29,13(3). The detector power supply(s) shall occupy the first two slots of the card cage. UNIVERSAL PROGRAM PANEL The controller cabinet shall be provided with a raised universal Program Panel, with connectors attached in lieu of a "D" cable. A cable shall be provided to work with the controller specified. The attached connectors and pin assignments shall be consistent with existing standards. The panel shall contain 2 dual surge suppressors, SRA64. These are to be wired for protection of the telemetry lines. The panel shall contain ten 20 position feed through terminal blocks, and one 6 position terminal block. The function and layout of these terminal blocks shall be consistent with existing standards. The first block shall be used to input to the controllers normal 8 phase inputs on the A, B i and C cables. Pull up resistors shall be provided on this block to insure compatibility with both TS1 and TS2 detectors. The second and third blocks shall be the detector out puts from the card cage(s). The fourth block shall be SP-92 NE 4'h Street/Hoquiam Ave NE Signal Improvement City of Renton .tune 2007 Ila the detector inputs to the "D" cable. The fifth and seventh blocks shall be the green inputs into the card cages. The sixth block shall have the controller greens and reds. The remaining blocks shall have miscellaneous "D" functions laid out consistent with existing standards. The panel shall be a Cascade Signal Corporation assembly # 564 or a pre-approved equal. The "D" cable provided must work with an Eagle M-50 controller. The table below indicates the standard field detector numbers and the standard controller detector numbers. TABLE —Traffic signal Controller Input (From the Detector Field Termination Panel through the Universal Program Panel to Controller Detector DetectorController Detector Controller Detector Controller Controller # Input# # Input# # Input# # Input# 1 1 9 9 2 2 10 10 3 3 11 11 4 4 12 12 5 5 13 13 r� 6 6 14 14 7 7 15 15 8 8 16 16 +r. CABINET QUALITY The cabinet shall be compliant to both mechanical and function specification prior to being shipped to owner. 1. Cabinet and hardware will comply with project specification. 2. Function compliance will be tested with power applied. 3. All cabinet and loadbay functions will pass point-to-point tests including expansion requirements. 4. All field detector inputs must be checked from field connection point to controller. Cabinet issues and clarifications need to be documented and addressed prior to delivery. This agency will NOT provide QA or testing service for the delivered cabinet. Testing done by this agency is not in lieu of manufacturer test requirements. 9-29.13(7)D NEMA Controller Cabinets Section 9-29.13(7)D is replaced with: General Cabinets for traffic signals and safety lighting shall comply with Section 9- 29 of the Standard Specifications for Road, Bridge,and Municipal construction 2000, except as supplemented by the requirements herein. The cabinet shall be anodized aluminum and painted white inside, with a minimum thickness of 0.080 or 0.125 inches as indicated herein. The cabinet shall be fabricated from flat aluminum and welded. The riveted type fabrication will not be permitted. All cabinets shall be supplied with a standard Best CX-1 Lock, Red Construction Core. All control cabinets shall include but not be limited to switches, relays, flashers, power supply, component racks, terminals, wiring harnesses, lights, interior and exterior hardware and/or related components, and when specified on the plans and special provisions, shall include operating SP-93 NE 4"'Street/Hoquiam Ave NE Signal Improvement we City of Renton June 2007 am components, such as controller, modems, loop amplifiers, load switches, preempt module, and signal monitor. Cabinet Mounting and Installation The foundation for a cabinet shall be a concrete pedestal of the same size as the base of the cabinet with one foot of the foundation above the adjacent grade. The pedestal shall be poured in place and shall be 12 inches below grade and 12 inches above grade. A sidewalk shall be provided on all sides of a cabinet and poured in place with the cabinet foundation. The sidewalk shall be 36 inches wide on the door sides and 12 inches wide on the non-door sides (see detail sheet). NEMA TS1 Type `P' Traffic Signal Controller Cabinets GENERAL The standard traffic signal controller cabinet shall be a NEMA TS1 Type 'P'. The traffic signal cabinet(s) built to NEMA TS1 standards shall be supplied in compliance with Section 9-29.13, Traffic Signal Cabinet of the Standard Specification 2000 and modified as stated herein. All new traffic signals located within a signal interconnect system shall be connected to said system. The following are requirements for all cabinets: 1. The cabinet shall be anodized aluminum, with a minimum thickness of 0.125 inches. 2. All sheet metal products incorporated within this cabinet are to be aluminum, shall be a minimum thickness of 0.090 inches and are to be powder coated white. 3. The dimensions shall be 55" High x 44" Wide x 26" Deep. 4. No vertical seams shall be allowed except for the attachment of the panels above and below the door. The cabinet sides and back shall be fabricated of one continuous piece of sheet aluminum. All interior seams shall be continuously welded. 5. The roof shall be fabricated of one (1) continuous piece of sheet aluminum and shall incorporate a plenum to which the fan will be mounted from the inside of the cabinet to provide forced air ventilation. The ventilation exhaust opening of the unit shall be underneath the front overhang and shall have a screen. The roof section shall be continuously welded to the main cabinet body. 6. The cabinet interior shall be painted white and the shelves shall be white.The inside of the cabinet door does not need to be white. 7. The Cabinet shall be base mounted. The Type 'P' cabinets shall have four (4) mounting holes on the bottom of the unit. The mounting holes will be: Center to center width: 40- 5/8" Center to center in depth: 18-1/2" 8. The main door of the cabinet shall include a police door. Stainless steel hinges shall support both the main door and police door. 9. The main door shall be equipped with a three (3) point latching mechanism, fabricated from heavy gauge steel with steel locking rods and twin nylon rollers. This mechanism is to be cadmium plated. Main door shall be provided with a doorstop to securely hold the door open at approximately 90 degrees, 120 degrees, and 180 degrees. SP-94 NE 4"'Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 � i�il 10. Included with the main door shall be a replaceable filter, 12" x 16" x 1", which shall be located behind the louvered vents and secured with a aluminum cover, holding clips and spring. 11. Door handle shall be made of stainless steel and have a provision for •► padlocking. 12. Two (2) shelves or more shall be included and shall be of sufficient depth to store equipment, and be powder coated white. 13. A pullout shelf with an internal document storage compartment mounted under the controller shelf shall be supplied. The document drawer shall have a nominal storage area of approximately 17" W x 12" D x 1" H as approved by the Engineer. 14. All mounting hardware used in the cabinet, whether it is used to secure equipment or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. irr 15. The cabinet shall be supplied with a standard Lock, Best CX-1, Red Construction Core for the main door and a standard police lock for the police door. Two (2) keys for each lock shall be included. 9-29.16(2) Conventional Traffic Signal Heads Section 9-29.16(2) is supplemented by adding the following: r Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the signal plans. Each signal head shall have a 1/4 inch drain hole in its base. 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 and such that the bottom of the housing of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. 9-29.16(2)A Optical Units Section 9-29.16(2)A has been revised as follows: Light Emitting Diode (LED) light sources are required for all displays. 9-29.16(2)B Signal Housing The fifth paragraph of Section 9-29.16(2)B has been revised as follows: Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum and shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as the signal housing. 9-29.16(2)C Louvered Visors Section 9-29.16(2)C has been revised as follows: SP-95 NE 4"' Street/Hoquiam Ave NE Signal Improvement City of Renton .tune 2007 Oil Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and mil arrangement of louvers shall be as shown in the contract. 9-29.16(2)D Back Plates Section 9-29.16(2)d has been deleted and replaced with: Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3-S half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in back. 9-29.16(2)E Painting Signal Heads Section 9-29.16(2)E has been revised as follows: Traffic signal heads shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked powder coating comprised of resins and pigments. Aluminum end caps and the back of back plates shall be painted to match the color of the signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats of factory applied flat black enamel. 9-29.17 Signal Head Mounting Brackets and Fittings Section 9-29.17 is replaced as follows: Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown on the standard plans, unless specified otherwise on the plans. Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: Aluminum 1. Hinge fittings for Type E mount. 2. Arms and slotted tube fittings for Type N mount. 3. Plumbizer, tapered adjustment washers and flange adapter fittings for Type M mount. The plumbizer shall be cast from tenzalloy AAA No. 713. 4. Tube clamp and female clamp assembly for Type N mount. wi Bronze 1. Terminal compartments for Type A, B, C, F, H, and K mounts. uiilf 2. Collars for Type C, D, and F mounts. 3. Ell fittings for Type L and LE mounts. 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 5. Balance adjuster for Type Q, R, and S mounts. Galvanized Steel 1. Washers for Type A, B, C, D, F, H, and K mounts. 2. Fasteners for Type A, B, E, H, and K mounts. SP-96 NE 4'" Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 Stainless Steel rr 1. All set screws and cotter Keys. 2. Bands for Type N mount. 3. Hinge pins for Type E mount. 4. Bolts, nuts and washers for Type M mount. 5. Bolt, nut and washers for Type L mount. 6. Bolts, nuts, washers, and screw buckle swivels. Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. 2. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S mounts. 3. Nipples for Type L, LE, P, Q, R, and S mounts. All other miscellaneous hardware shall be stainless steel. All hardware for mounts shall be painted with two coats of factory applied traffic signal federal yellow baked enamel. Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. 9-29,18(1) Induction Loop Detectors r Section 9-29.18(1) is replaced with- 2 CHANNEL RACK MOUNT DETECTOR SPECIFICATIONS The detector shall be a Reno A&E model C or a pre-approved equal meeting the following specifications: PHYSICAL Weight: 6 oz. (170 gm.). Size: 4.500 inches (11.43 cm.) high x 1.12 inches (2.84 cm.) wide x 6.875 inches (17.46 cm.) long including connector (not including front handle). Operating Temperature: -40°F to +180°F (-40°C to +82°C) Circuit Board: Printed circuit boards are 0.062in. FR4 material with 2 oz. copper on both sides and plated through holes. Circuit board and components are conformal coated with polyurethane. Connector: 2 x 22 pin edge card connector with 0.156-inch (0.396 cm.) contact centers. Key slots located between B & C and M & N. Loop Feeder Length: Up to 5000 feet (1500m.) maximum with proper feeder cable and appropriate loops. ELECTRICAL Power: 10.8 to 30 VDC, 120 mA max. Loop Inductance Range: 20 to 2500 microHenries with a Q factor of 5 or greater. SP-97 NE 4°i Street/Hoquiam Ave NE Signal Improvement wry City of Renton June 2007 a.. Loop Inputs: Transformer isolated. The minimum capacitance added by the detector is 0.068 microFarad. Lightning Protection: The detector shall be able to tolerate, without damage, a 10 microFarad capacitor charged to 2,000 volts being discharged directly into the loop input terminals, or a 10 microFarad capacitor charged to 2,000 volts being discharged between either loop terminal and earth ground. Reset: Shall meet and/or exceed NEMATS 1 and TS 2 detector specifications. Application of a 30-millisecond low state (0 to 8 VDC) to pin C shall reset both channels. Each detector channel shall be manually reset by pressing the CHAN button until the desired channel is selected, then holding the CHAN button for 3 seconds, or by changing the sensitivity or loop frequency of the channel. Phase Green Inputs: Also known as Call Delay Overrides. Shall meet and/or exceed all NEMA TS 1 and TS 2 requirements. Application of a Low state voltage (0 to 8 VDC) to pin 1(Ch. 1) and/or pin 2 (Ch. 2) shall cause the delay timer for the channel to abort the delay timing function and also provide control for Phase Green Loop Compensation, Max Presence Timing (End-of-Green), Extension timing, and Detector Disconnect, if the features are programmed. Fail-Safe Outputs: Per NEMA TS 2 - conducting state indicates detection output. Each detector channel output shall default to a CALL state for any loop failure condition or loss of power. Channel Status Outputs: Per NEMA TS 2 - Each channel shall have an output to communicate the status states of the channel as follows: 1. Normal operation 2. Continuous Low or On State 3. Detector failure 4. Continuous High or Off State 5. Open loop 6. 50 millisecond On time, 50 millisecr-!,x time 7. Shorted loop 8. 50 millisecond On time, 100 millisecd� time 9. Excessive inductance change (±25%) 10. 50 millisecond On time, 150 millisec( I time Solid State Output Ratings: Shall be optically coupled field effect transistors. 30 VDC max. drain to source. 50 mA. max. current. The output transistor shall be protected with a 33-volt zener diode connected ar between the drain and source. OPERATIONAL Display: Shall be LCD and back lighted whenever any push button is pressed. i The back lighting shall extinguish 15 minutes after the last actuation of any push button. Detect Indicators: Each channel shall have an super high intensity red light emitting diode (LED) to indicate a CALL output, Delay Timing, Extension Timing, Pending state, or failed loop. Response Time: Shall Meet or exceed NEMA TS 1 and TS 2 response time Ila specifications. Self-Tuning: The detector shall automatically tune and be operational within 2 seconds after application of power or after being reset. Environmental & Tracking: The detector shall be fully self-compensating for environmental changes and loop drift over the full temperature range and the entire loop inductance range. SP-98 NE 4"' Street/ Hoquiam Ave NE Signal Improvement City of Renton to June 2007 irr Grounded Loop Operation: The loop isolation transformer shall allow operation with poor quality loops (which may include one short to ground at a single point). Loop (Fail) Monitor: If the total inductance of the channel's loop input network goes out of the range specified for the detector, or rapidly changes by more than ±25%, the channel shall immediately enter the Fail-Safe mode and display "LOOP FAIL" on the LCD. The type of loop failure shall also be displayed as "L lo" (for -25% change or shorted loop conditions) or "L hi" (for +25% change or open loop conditions). This will continue as long as the loop fault exists. The Fail-Safe mode shall generate a continuous call in Presence Mode or in Pulse Mode. At the time of a loop failure, the channel's LED shall begin repeating a burst of three flashes each one second. The LED shall continue these bursts until the channel is manually reset or power is removed. If the loop "self heals", the LOOP FAIL message on the LCD shall extinguish and the channel will resume operation in a normal manner; except the LED shall continue the bursts thus providing an alert that a Loop Fail condition occurred. Each loop failure for the channel shall be counted and accumulated into the Loop Fail Memory. The total number of loop W. failures written into the Loop Fail Memory (since the last power interruption or manual reset) can be viewed by stepping through the channel's functions in Program Mode to the "LOOP FAIL" message. war LOOP FREQUENCY There shall be eight (8) selectable loop frequency settings per channel (normally in the range of 20 to 100 kilohertz). The actual loop operating frequency shall be digitally displayed on the LCD. SENSITIVITY There shall be nine (9) selectable sensitivity levels per channel, plus Continuous-Call and Channel-Off. The sensitivity levels are to be designed so that a one level increase actually doubles the sensitivity and a one level decrease halves the sensitivity. A bar graph shall be displayed on the LCD to .. make it easy to quickly set the sensitivity to the ideal level for any loop/lead-in network situation. Continuous-Call: When set to the Continuous-Call state, the channel output shall be in the continuously call state regardless of the presence or absence of vehicles over the loop. The loop oscillator shall be disabled when in the "Continuous-Call State". This state shall be indicated by CALL flashing on the LCD. This option shall be selected from the Sensitivity menu in Program Mode. Channel-Off: When set to the Channel-Off state, the channel output shall be continuously in the No-Call state regardless of the presence or absence �. of vehicles over the loop. The loop oscillator shall be disabled when in the "Channel-Off State". This state shall be indicated by OFF flashing on the LCD. This option shall be selected from the Sensitivity menu in Program Mode. CALL DELAY Each channel's Call Delay shall be adjustable from 0 to 255 seconds in 1- �"" second steps. Call Delay time shall start counting down when a vehicle enters the loop detection zone. The remaining Call Delay time shall be continuously displayed on the LCD. Whenever a Phase Green Input (call delay override) SP-99 NE 4"'Street/Hoquiam Ave NE Signal Improvement WIN City of Renton June 2007 w signal (pins 1 or 2) is active (low state), the Call Delay function for that channel shall be aborted and the Call Delay time forced to zero. CALL EXTENSION Each channel's Call Extension shall be adjustable from 0 to 25.5 seconds in N 0.1-second steps. Extension time shall start counting down when the last vehicle clears the loop detection zone. The remaining Extension time shall be continuously displayed on the LCD. Any vehicle entering the loop detection zone during the Extension time period shall cause the channel to return to the Detect state, and later, when the last vehicle clears the loop detection zone, the full Extension time shall start counting down again. PRESENCE/PULSE One of two mutually exclusive modes of operation for each channel shall be available. Presence or Pulse mode shall be toggled by momentarily pressing either the up or down button. Presence Mode: Will provide a Call hold time of at least 4 minutes (regardless of vehicle size) and typically 1 to 3 hours for an automobile or truck. Pulse Mode: An output Pulse of 125±10 milliseconds duration shall be generated for each vehicle entering the loop detection zone. Each detected vehicle shall be instantly tuned out if it remains in the loop detection zone longer than 2 seconds. After each vehicle leaves the loop detection zone, the channel shall resume full sensitivity within 0.5 seconds. MAX PRESENCE TIMER Each channel's Max Presence timer shall be adjustable from 1 to 999 seconds in 1-second steps, plus OFF. The Max Presence function is used to limit presence time, by automatically resetting a channel. If this function is enabled (on), the Max Presence timer begins counting down when a Call is initiated and the remaining time is continuously displayed on the LCD. If the loop becomes vacant before the Max Presence timer reaches zero, the Call is dropped and no automatic reset occurs. If the End-Of-Green (EOG) function is not enabled (off) and the Call is still present when the Max Presence timer reaches zero, the channel then is automatically reset. If the EOG function is enabled (on) and the Call is still present when the Max Presence timer reaches zero, the channel enters a "Wait" state. The Wait state continues until either the loop becomes vacant or the Phase Green Input signal for the channel (pin 1 or 2) transitions from green to not green with the Call still present. If the loop becomes vacant first, the Call is dropped and no automatic reset occurs. If the Phase Green Input for the channel transitions from green to not green while the channel is in a Wait state, the channel is automatically reset. The signals on pins 1 and 2 are also called Call Delay Overrides. END-OF-GREEN (EOG) Each channel's EOG setting can be toggled ON or OFF by momentarily pressing either the up or down button. The EOG function is used to synchronize resetting of a channel with the termination of the associated phase green. The EOG function is only available when the Max Presence function is set between 1 and 999 seconds. It is not available when the Max Presence function is OFF. When the EOG function is enabled (ON), the channel will automatically be reset at the time the phase green input signal (pin 1 or 2) transitions from the ON state to the OFF state, if the Max Presence Time has counted down to zero and is resting in the wait state. The signals on pins 1 and 2 are also called Call Delay Overrides. SP-100 NE 4`h Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 OPTION 1, LOOP INDUCTANCE DISPLAY The detector's Loop Inductance Display setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), the LCD will display the total loop inductance (actual loop inductance plus actual lead-in inductance) in microHenries with an accuracy of ±3% for loop inductance values in the range of 20 to 2500 microHenries. NOTE: Enabling this option activates it for all channels. This option shall be automatically disabled 15 minutes after activation or on loss of power. OPTION 2, LOOP INDUCTANCE -AL/L DISPLAY The detector's Loop Inductance -AL/L Display setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), the LCD displays the percentage of inductance change (-AL/L value) during the Call state. To facilitate the viewing of the maximum amount of change in the -AL/L value while traffic is in motion over the detection zone, the detector shall hold the peak -AL/L value for a period of 2 seconds. NOTE: Enabling this option activates it for both channels. This option shall be automatically disabled 15 minutes after activation or on loss of power. r OPTION 3, CALL EXTENSION CONTROL Each channel's Call Extension Control setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), the channel will extend calls for the programmed extension time only when the Phase Green Input signal (pin 1 or 2) is active for the channel. When this option is off, the channel shall extend ALL calls for the programmed extension time. The signals on pins 1 and 2 are also called Call Delay Overrides. OPTION 4, NORMAL/FAST RESPONSE MODE The detector's Normal/Fast Response Mode setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), internal call filtering is disabled thus providing a faster response time. When this option is off, normal call filtering is used. NOTE: Turning this option ON will make it active for both channels. OPTION 5, PHASE GREEN LOOP COMPENSATION The detector's Phase Green Loop Compensation setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When Option 5 is enabled (on), normal loop compensation is used until the Phase Green Input signal (pin 1 or 2) becomes active. Once the Phase Green Input signal is active, the detector shall desensitizes the loop. Maximum desensitization shall not excede 0.05% (-AL/Q. This desensitization will "tune out" small changes, such as adjacent lane pick up therefore minimizing the chance for max timing an empty lane. When Option 5 is not enabled (off), normal loop compensation shall be used. OPTION 6, VEHICLE COUNTING DISPLAY (OPTIONAL OPTION) When Option 6.0 is enabled (on) for a channel, the normal operating display for that channel shall be replaced with the accumulated vehicle count. The unit shall be capable of accumulating 65,535 vehicle counts before rolling over to 0. The display will show just the hundreds, tens, and ones digits until the accumulated count exceeds 999. At this point the display will alternate between the ten thousands and thousands digits and the remaining three digits for hundreds, tens, and ones. The accumulated vehicle count is cleared by loss of power or can be manually cleared using Option 6.1. Wr SP-101 NE 4"'Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 rr Option 6.1 shall be used to reset the accumulated vehicle count for the selected channel. When Option 6.1 is changed from the off state to the on state, the accumulated vehicle count for the selected channel shall be reset to zero. Option 6.1 shall always be in the off state when first viewed. OPTION 7, VEHICLE COUNTING LOOP CONFIGURATION (OPTIONAL OPTION) The detector's Vehicle Counting Loop Configuration setting shall be set from 01 to 04 for each channel. This setting should indicate the number of loops installed in a single lane. 01 would indicate a single loop. This could be a single 6' x 6' or a long loop such as a 6' x 50' QuadrapoleT"". The remaining three settings indicate the number of 6' x 6' loops installed in a single lane of traffic. OPTION 8, COMMON FAIL OUTPUT (OPTIONAL OPTION) The Common Fail Output setting shall be toggled ON or OFF by momentarily pressing either the up or down button. The Common Fail Output setting shall be a "detector wide" option. This means that setting it to ON for any channel turns it ON for all channels, and setting it to OFF for any channel turns it OFF for all channels. When Option 8 is enabled (on), a failure on any channel in the detector will cause all of the fail outputs for the detector to activate. OPTION 9, THIRD CAR PASSAGE Each channel's Third Car Passage setting can be toggled ON or OFF by momentarily pressing either the up or down button. Option 9 is a "paired channel" option. This means that it takes two channels to implement the feature. Therefore, when this option is toggled ON or OFF in one channel, its paired channel is also set to the same state. Option 9 shall be mutually exclusive with Option 10. Turning ON one option shall automatically turn OFF the other option. When Option 9 is enabled (on), the output of the paired channels shall be logically ANDed together. This means that while the loops for both of the paired channels are occupied, a call will output on both channels. While only one channel is occupied, or neither channel is occupied, a call will not output for either channel. The first channel with detection shall enter a "pending" state while waiting for detection in the other paired channel. While in the pending w state, the LCD shall show "Pnd" on the display. OPTION 10, DIRECTIONAL LOGIC Each channel's Directional Logic setting shall be toggled ON or OFF by momentarily pressing either the up or down button. Option 10 is a "paired channel" option. This means that it takes two channels to implement the feature. Therefore, when this option is toggled ON or OFF in one channel, its paired channel is also set to the same state. Option 9 shall be mutually exclusive with Option 10. Turning ON one option shall automatically turn OFF the other option. When Option 10 is enabled (on), directional logic shall be enabled. wi Direction logic starts with a detection on one channel. This channel shall go into the "pending" state, display "Pnd" on the LCD display, and NOT output a call. When both of the paired channels have detection, the last channel to have detection will output a Call until the detection for the last channel ends, even if the detection ends for the first channel. None of the timing functions of the first channel with a detection shall time (Delay, Extension, Max Presence, and Detector Disconnect) and the first channel shall always operate in the Presence Mode regardless of programming for the channel. The second channel with a detection shall time all timing functions as programmed. SP-102 NE 4°i Street/Hoyuiam Ave NE Signal Improvement City of Renton June 2007 OPTION 11, AUDIBLE DETECT SIGNAL Each channel's, Audible Detect Signal setting shall be toggled ON or OFF by momentarily pressing either the up or down button. Only one channel can be turned on at a time. Turning this option on for one channel automatically turns „ it off for the other channel. When this option is enabled (on), an audible signal will be activated whenever the detection zone for the selected channel is occupied. The audible signal indicates actual occupancy of the loop detection zone. Timing and disconnect functions shall have no effect on the audible ++� signal. This option shall be automatically disabled 15 minutes after activation or on loss of power. OPTION 12, DETECTOR DISCONNECT " Each channel's Detector Disconnect settings shall be toggled ON or OFF and the Extension timer toggled between ON and OFF by momentarily pressing either the up or down button. The Detector Disconnect feature requires that the Phase Green Inputs for each channel be connected to the proper controller phase. When the Phase Green Input is not active (high), the detector shall operate normally. When the Phase Green Input is active (low), at the end of each detection the extension timer will start to count down. If this timer reaches �. zero before the next detection, this channel will no longer output a call until the phase green input is not active. Because the extension timer is used as a disconnect timer while in this mode, two different disconnect types shall be available: Option 12.1 OFF - Extension timing occurs and the extension timer also serves as the disconnect timer during phase green. This will cause the Call output to remain in the Call state until disconnect occurs. Option 12.1 ON - Extension timing is disabled and the extension timer is used as the disconnect timer. This will cause the Call output to follow the occupancy of the loop detection zone until disconnect occurs. Section 9-29.23 is a new section with new subsections: 9-29.23 Traffic Signal Battery Backup System (BBS) ww The BBS shall be a Tesco Traffic 22 BBS 1400XL-6 or equivalent and shall meet or exceed the following specifications: ENCLOSURE SPECIFICATIONS: Anodized aluminum weatherproof enclosure shall house BBS and batteries. Enclosure �. shall be TIG welded construction with welding materials specifically designed for the material to be welded. Enclosure shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door shall incorporate a full-length piano hinge, pad-lockable draw latch (center area on door-latch side), and two pad lockable welded-in place vandal-proof tabs (one upper area, one lower area on door-latch side, rated at 2000 lbs. each). There shall be no exposed nut, bolts, screws, rivets or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions 46" H x 20" W x 10.25" D. Weight 250 Ibs with batteries. BBS shall be mounted in an interior tilt out housing with 800 lb rated stops. Battery connectors shall be Anderson Connectors with silver plated +�► contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure can include two transfer bypass switches, one for BBS bypass the +�. second for auxiliary generator (optional).All switches must be panel mounted on interior SP-103 NE 4°i Street/ Hoquiam Ave NE Signal Improvement dw City of Renton June 2007 am dead front panel board. UV resistant plastic laminated nameplates shall identify all controls and major components. A plastic covered wiring diagram will be attached to the inside of the front door.All components shall be factory wired and conform to required NEMA, NEC, and UL standards.A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. BBS PANEL MINIMUM FEATURES: • System shall provide 700 watts of full control run time for two (2) hours. In addition the system shall provide six (6) to eight (8) hours of flash. • BBS bypass and BBS isolation switch. Deadfront safety panel board with all switches, indicating fuses, plugs, and • isolation fuses for each battery pre-wired with phenolic nameplates. • All nameplates shall be screwed on phenolic engraved type. • All wire terminating lugs shall be full wrap around type. • All batteries shall be captive spaced from external captive sides in earthquake proof buckets. • Cabinet ventilation shall be by (qty. 4) 4" x '/4" louvers top and bottom with encapsulated bug screens, cleanable filters and a 100cfm fan to completely exchange air 25 time minimum per minute. • All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. • Event Counters & Total Run Time Counter. BBS UNIT MINIMUM SPECIFICATIONS; BBS unit shall provide a true sine-wave output with minimum 1400 Volt-Amp continuous try capacity. BBS must provide for utility service isolation when in operation. The minimum rating for wattage output will be 950 watts. The BBS shall be capable of running an intersection with LED lights(for Run Time consult manufacturer). The unit shall operate off-line, with transfer time of 2 ms or less, with battery condition indicator,with automatic test provisions, and with hot-swappable batteries(all batteries in system). BBS will automatically recharge batteries from full discharge to 95%capacity within 6 hours. BBS will provide on-line operation for a minimum input of 92 to 145 VAC, provide full load output of 120VAC— 10%/+41%o at 60 Hz +/-0.05'%, over a temperature range of-37° C (optional adder) to +74° C and be a UL Approved Design. For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. BBS UNIT MINIMUM FEATURES: • 1400VA 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard wiring termination to/from the inverter are unacceptable). • Surge energy withstand 480 Joules, 6.5kA • Common mode clamping 0 ns < 5ns typical UL 1449 • Conditioned power— Computer quality • Transient lighting protection — 160 Joules • Transfer to battery time—2 ms SP-104 NE 4°i Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 • Retransfer to utility—2 ms Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (deadfront panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance. Series wiring is unacceptable. Fan cooling shall be fused for locked rotor current. • Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery. BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures. • Includes USB & RS232, D139 Computer Interface Ports. Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). BBS COMMUNICATIONS MODULE: All inverter connections shall be made without the use of tools. This includes: A/C-Input, A/C-Output, Normally-Open, and Normally-Closed programmable contacts. Smart Slot Relay 1/0 Module; Input #1 Turn the BBS on. Input#2 Turn the BBS off. Input#3 Start the BBS self-test. Input#4 Shut down the BBS (when on battery). Output#1 The BBS is on-battery (during a power failure, self-test or run time calibration). Output#2 BBS has a low battery— Programmable. Output #3 The protected load is not receiving power from the BBS. Output#4 Replace the BBS batteries. Output #5 The BBS is overloaded. Output#6 Any BBS fault or self-test failure. rrr BATTERIES: +�+ Batteries shall be maintenance-free,type AGM/VRLA(Absorbed Glass Mat/Valve Regulated Lead Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be independently pre-wired and individually fused. Batteries shall be furnished with heavy-duty 50 amp rated silver-plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 lbs are not acceptable. +rr ENCLOSURE TEMPERATURE COMPENSATION: Operating temperature range shall be a minimum -37° C to +74° C. POWER SYSTEM ANALYZER AND CONFLICT RESOLUTION MODULE: The system shall incorporate an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer shall evaluate and make limited adiustments to the incoming utility power SP-105 NE 4°i Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 a. and automatically transfer load to the battery back-up power if utility power is lost. When utility power becomes available, the BBS shall analyze the power to verify stability and return to normal operation. The system shall provide automatic BBS failure detection and automatically isolate the failed BBS and lock the twit onto utility power. Once the failure has been corrected, the system shall return to the normal operation. TRIPLE BYPASS SYSTEM FOR OFFLINE BBS: 1. SPACT— Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module. 2. PCM — Power Conflict Monitor 3. The PCM is a totally redundant failsafe system. The PCM shall monitor load bus power available continuously. If load bus power fails for 5ms the PCM shall transfer and isolate the BBS and guarantee that commercial power will be locked on. 4. Watchdog Timer— Redundant 5 ms delay and hard transfer to utility power. 5. The outboard Smart Transfer Switch shall not interrupt the normal controller r function. Transfer time shall be 2ms. 6. Onboard Smart 1/0 module shall execute lockout of battery back up system upon Smart detection of any inverter BBS fault. If BBS resets itself, it shall automatically be available for backup. 7. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. SMART BATTERY CHARGER: Shall charge from shut off discharge to 951%> fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 120°.The battery charger shall utilize Smart Cell Technology to extend battery life. di INTELLIGENT BATTERY MANAGEMENT: The system shall have a precision battery charging system, automatic true-load battery tests, and redundant overcharge protection. The system shall regulate under and over voltages without switching to battery. Battery Replacement Warning prevents downtime—the system shall automatically perform a self-test every two weeks and alert owner to degrading batteries before they wear out. Through software,or the push of a button, self-tests may be performed at anytime. Faster Recharge Time— the system battery charging systems shall be microprocessor controlled to precisely charge batteries. HOT-SWAPPABLE BATTERY REPLACEMENT_ The system shall have a 60 second, user friendly, hot-swappable battery replacement system allowing safe and easy replacement of batteries while your system is up and running. Replacement battery packs shall ship in a reusable box for convenient return of exhausted batteries to a recycling center. SP-106 NE 4"'Street/Hoquiam Ave NE Signal Improvement City of Renton June 2007 WARRANTY: Manufacturers shall provide a two (2) year factory-replacement parts warranty on the BBS. Batteries shall be warranted for full replacement for two (2) years. The warranty .� shall be included in the total bid price of the BBS. ADDITIONAL DESIGN OPTIONS: �. The system shall have available a: Generator Transfer switch with BBS bypass and 30-amp external reverse service plug. Heater with thermostat. 9-29.24 Service Cabinets Section 9-29.24 is replaced by the following: The signal/street lighting service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. 9-29.24(1) Painting Section 9-29.24(1) is replaced with the following: The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. Painting shall be done in conformance with the provisions of Section 8-20.3(12). 9-29.24(2) Electrical Circuit Breakers and Contactors Section 9-29.24(2) is deleted and replaced with the following: The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type 4. Light control test switch (120 volt-15 Amp) ., 5. Contactor relay for each circuit 6. Double pole branch breaker(s) for lighting circuits (240 volt) 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) SP-107 NE 4"'Street/Hoquiam Ave NE Signal Improvement City of Renton .June 2007 rrr 8. Type 3-single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker (signal service) 10. Complete provisions for 16 breaker poles 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary 9-29.25 Amplifier, Transformer, and Terminal Cabinets Section 9-29.25 is supplemented as follows: wi The terminal box shall be weather tight, have a single door with continuous hinge on one side and screw hold-downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated WN by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. wr Ud �i wi SP_108 NE 4" Street/ Hoquiam Ave NE Signal Improvement City of Renton June 2007 �Iif L "s L APPENDIX—D STANDARD PLANS it it e L N ar N nf U CO's Q I .� w Q Z pQ Z A \ z o err Q Elf w Q 0 O o Z(j d � JQ `� A ao 0 Q Of F7 ON �� � (nQ � n � Oo t � Q arr' O O i� W O E" �i N Of Of Q 1 O W Z Of Fw-FW- N Q i Q U JLi1 z U Ld Ld JLjFCL zap �' O ` fir ZUZQ O O Q 1Q�� WN J Z 1 NON W LLJ JD U f7�j 0 .. JJOQ o Z i i N =WZN �JN H i Ems — ZQ ZZ Qwp ONW cn mmm d Q UW ' �_r mx >- m Y� —j 00QJ Q W Z Z_j Z N W U W U IL Q>- V) =m - O J O Q Z J V) N IL Ej� LO—CO in rtilr �. W W N Q W p —�w,(W(n W W Z (n NIO W Lli W d N ,rr Z � Q N� Q w00 WZ N m 1 JU J(jj�� W Q= W yYrl U Z Q W J F- Q� Q W >to J U� Lli Q J W Z:� err �� 1 OQ z WQU (n J O Z 00 J ZNO �© Q F-W� W m W LLLLJ W N W V) N CURB LANE LANE LANE CURB LANE CENTER CENTER IN IN LANE I LANE I I I I ( I 1 I 1 ( I 10' I I I I I I I �i I I I I I I 24" I Z'8"(TYP.)—STRIPE 6"MIN. TYP. 8" TYP. —OPEN LANE ( ) LANE ( ) ( ) I TYP. I 8" TYP. )STRIPE � ( CONCRETE GUTTER LIiE I LINE 1 I j i TIRE I TIRE TIRE I TIRE TRACKS TRACKS TRACKS TRACKS TYPICAL 4-LANE ROADWAY CONFIGURATION NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON Thermoplastic/Painted Crosswalk THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE so LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. ADOPTED C1TY OF RENTON ♦ t mdR STANDARD PLANS N T LST DATE:04/04 nerP* I P;vicinti I Rv IAPPP,j DWG. NAME: H012 SP PAGE: H012 01101 N M O O U w Q .. w a A a z o z P, H 10 Nrr N I z 7) z W �j r 71 w C9 od Q m II � Q wo ow f- Z O >N LEI 40 W to Q W J O 2 O OWN Z W J < ~ N W � Z ICI Y W U 0 O � Y m 0 O r m rr am in d M n 0 H W L,i A O z M I (D U) Ld o J m zo Q A rA ¢P , o ° a � z � W J L LI m U O� �� Q Q Q Z > (~/) �r 4 1I C� C9 I Q H J . 4 0 W I °J° � m > I x Zm o 0-i mZ ¢ m Z wM � ° _ in rr J W� !n N Ld d I— D LLJ m c0 � M ¢ W _ J e e Z 0 e e N W 0 = F— Q Z OD 0:2 of Li O D CL J W 1- O Z N Q J O m W Z J J _ 1- II m a-71 z Y N d a_ :3 Z U < \ O0m x O :D Q v W6 NO H m .-. LO LO o� O v, ao r W .W.v°�° �_ w LLJ O p EL Q Y >UHUZ W iam W ir N w Z E-+ 4.— q Z 00 � A � N g 0W Oz � V' x m� LLI Z H U- to 0 N� py to i� =Q0 F- UU � O � O oa� LAJ 0o d o om a` N Z g 4 e \ fJ + ¢ p as CL to d Q m W J m LJ a9 °�9 oV) acn �N 20 3 Z L� O 0 Q � N MEFU 3LJJV2fl am Q'IHS /z- Pq a U i 3 L- o Q J D. LL- F- MOIJ oijjvNi i 'aIHS 0/2- 'aIHS 3/2- pq pq CD R \ g � $ a E E-4 h / A & �0 §o / q @ / E-4 2 � ZD b % NC k§ § § o 2 Q $ E \ _ % \ d 2 � 2 / m g d E E . of � E m I m LLJ S / 2 Q 2 § V) 2 % d C14 -J E -i F < E V \ « L 2 of < S U � / � O \ 2 2 2 a 2 R 2 ? \ k / ® R b E $ � d / / m / I � / \ I-- LL LLJ - C) d \ 2 d E 2 C « / R / z / 0 / o It \ \ / < � e / < \ F C/) Q 2 � � rr. LIJ cD E W +® A a E � m m °' W o qq A J U N �r. w J I— LL J LL. U C- �- J X W 0 N W vi ♦ m IL Z w U o �o a W J Cl Z (n fj � 4L o a a m it Oo Z � o to N W � Z J W En Q Z ~ w rru ^ W Z w r U) UL Z) :Dl U � 0 O Q O J O r e 00 1 irl wr PEDESTRIAN SIGNAL HEAD rr GALV, STEEL PEDESTRIAN HEAD STANDARD TYPE `1' 10'-0' (MIN.) PEDESTRIAN PUSH BUTTON 3'-6' I FOUNDATION 3'-0' DEEP x 3'-0' SQ. OR DIAMETER LENGTH OF BOLTS TO BE DETERMINED BY MANUFACTURER a L� JJ PEDESTRIAN HEAD POLE G�TY p� ADOPTED ' MY OF RENTON STANDARD PLANS LST DATE: 11/5/96 DATE REVISION BY APPR DWG. NAME: JR-15 SP PAGE:J023 ow r .r PUSH BUTTON �. FOR 7 3/4" +r +rr rr r 5" rr �r PEDESTRIAN SIGN DETAIL ADOPTED C1TY OF RENTON f � i STANDARD PLANS IM DATE: 11/5/96 rrr DATE REVISION BY APPR DWG. NAME: JR-16 SP PAGE:J024 w N O N W O p W 0 2 U d pa [� to ° i0 Q Q a A o of _ in X A \ H d = z Q+� (ham O U U �i N O 10 U Q � Az I -.4-M p > I d C7 W p' W J + ° LLJ v Q ° N C Z LLJ V p v_ i EL n Q v m N Z O V) a w \ L ZD W n M do CU Cl R a NVba v iinONOD �_ z d03 V3NV co g a eh if —000 LO W U Q N U O 0 W Gj O 0 Q V) Q O Lr) O O W AoN � r • • � • W O O0Q N LO z V2 6i o� * �o N z r Q f� + � D Q VC) d 0! ir wo go o � �/� w °� z /\ O OO a O OU \\ aD U m 0 X J Ld Z ZwO U 4 c UND! rt FW-- W D D z O p • O L----- of LLI Q �' CD a J m O 00 -- -----�----- ---F$�----$--�I I \/ or o r I I j \\ C3 I \// XXXX 7/—// L< J o _ \\//� a Z m wLu LLJ I N Z mfr F' Q J Q JO to w 0_ O V� O 1 OF :4k C9 W IN +r w c o a 0I^ Vel tl W F p O mrc<Om Z;!o So y o z m m.s z° 9 OLL 1 1 t H o J S�^°N F Um j w W <U 3 Y p� Vi yl10 -. t�F7y<mO�2 W y r lU=r S° ppFm y W y` m(Ij H LL�7 J=W3>0a•`n li�qri-� ¢ril u`j�' WO¢ uW = K Y O d aV N O C , / ¢ Id �' O¢ � � < � ¢ yl ¢ nyn n ° W WSSOFr O �m O �j °S, Z � J�'�I.� � �•'a a uri/-/im a W O WQ x Il C i Wle Z 10 w V < __N Q � o W W _r 1q wm X2 W WW i z rc 40 0�Z< JF z O 2 oO z2 O =m g=p j U VW F2 W n U W CEt Om.y- m C� 000 00000000 O Cf (5- ®55-0(9) n 0 nN I - p W < m UW uj re Zo M• Wm W 2 IOZ m 12 W Ti U g F 7 1 o _ N _ � m = y N A A w aGZ y yS € 3�E W C^ ' z re m ep LL K a p<p W `Q¢' p¢ Wm m� C o Op Z LL Z I = N dQ *�� w ¢o vi yU`t `° 1. 'myJ to M!my m 1 visr P gW� <z ¢ yp t¢lm oz NyI W WJO Z _! EE x¢ ZZ Ix W Um W i 7 F ¢x0. ; J S �LV— o o ' oho c�>oz � _ 'z z m mi w W o 10 O U Z J 8¢Q 9W U ) (�) ;IX O p Og WO§ Wq O ¢ 2 ¢ w 2 in < m W > O _F� m W_= z yLL11 v x �w SI WW OW V0 CC ru 5 .B .►'8 f I I i= z YJ I I I �.LU < At Ol ' .Ll Ot .9 O < U E W n O j C4 w= W Z <<�¢ N ¢¢ yW y O J nF R' t-Z. W 6 x= ¢p F W0}Otyn�4`¢ 02 J Zm y °W L-2 W =!" -� WnllS[[[ AOj JNOW Wy <F W s q FOl Z OJ K 2 =may f F U ONO �W ¢K O �W> SO2 7y OO WW Vl <M y- ° NK� ( n IY JWO ¢w��¢mw W QO W. O ODUn O�y- DzF !y�lz qy ZO ° wo Z m y OmW WJ ��LL4W pMU y ¢SJ¢= Z¢ JJ W Wy2 Z¢Oy }i> >Z m WOl m La U O ,Q KO y 4J n ly �z W`UIyO� D W O-ry mac+ Ili in < W¢ W�y ySN of LLyO���W~y~ZZ}O= D gg7�Iy W"K pd �I2 ¢Oy SU'jN '�O UO 1,93i D� Jw W H W W w x¢i yJ�Z S¢�w-01�gn ZO¢ W¢mmjLL¢ �oF w�l- LLW O z Z vLL >Z ¢O< 1�W 0 ¢ J= Z$ o¢ ~~YW� m y << OmW~y<�Wyjy Og SW wm 2y> JO W9 1-iF(UJ 2X} pQ W G>' A mF °S0� �aWZ�<ly ' pOjKW _��7? S C�1 OZF¢ UZ~la mWS O ¢Oyg �g m¢ 2t9 Y' OZW Zz q tWY saa <<<< �1U �<m W¢� .1 2 ...., W O N ZZ y � ><UAy• V ��O $O �FjO ~ W I JWg2 y LL �� Zh �d S- H< f��'7 FF 55 m Z Wl�l W <OW m 1- << ¢y p O S ° f Z O �G Z k > UO m < ZI- _ Sp °� S yLL W D 0ZW (y� LLngtj m� y W FFj Z= Z <OJy z -!p W¢ yy O r�i O y� 2' zaa` �- Y-¢ Z • FF yl < Z y. g (� �y Ww�<h yy w W O W 1WuO y f�O 0, ¢ �A y 0= 2>t y� SO m O- W/:. Z 1yy'Y `m O j� O 2 pW J� U y CF t- 0 ?_< WiL W-wh KZ 1 WmWV- m¢ 5 nlG�.1py 30 "W ?y Z 1�1 W Fw��00 W W, W IIZ1m.14 7 `fWN'y W WZ N=yF � F XJ < FyS7 KH-3a� O� Zmp OJ 101011111 Off¢ �Sa -0 w<15 ° m<<Z 00 Wo'�•°JJ••i < U'OIUy,I W W U W g ZO°� S ¢W U.{�y <I-7y'tS U(LL�f-lzOy ° 117 ¢yO' n >7 6 JK °rJ ='=�wa`l YF W'DO,z �C < be ���U XCIN fJWJ U VN�W SH W y2LL' �OSaa-.F99 y O Ory SSy y m LL- y z m 2 Oa ...I J 111 7 7 <m ¢ >W ¢ J �F UWOFXLL_<O mOW¢ ¢ m WLL� <U oU Iy. /- 0]0 m<m0 `CpZ= } 2 V W �. LL F �W Ic,u1JOOW y Z°LL. n X ¢ -iWw = r mi1i10 D F o¢ 2 Z O nYF O.l = Z m0 S 07 ¢F-g ° > Wm z m m vW887.1 070 O �. ZWmtu Z¢Z f. 2¢ BE m " Z JW T p < F m�o Zd �y]�ZU� ZC)ttt 1V0�lr,J>�w -�° W Z;3 OUO°7 WOy�uy vi nS±Y tJ•�6+ym .0,/10 �u9n inZO<.O�x�0�p� 1FW¢y< J LLZZZZr t<y '��°ul+=y<�� u5u—I +�J<Ls y y�,m�mLLN� p$�<W OJ LLl¢�p¢u�W Z'�O�•*S7J°�Z QW p-��Z F=WZ6 c¢5 Zy ri pJy 0 p Z0 N 3W C-WLLWL6 Zv¢Wi0*OK� v-W.CLW H—1mow Fgp¢O5 �t-!A. < < � V1~Il 3S Z OO SS< < �° aU<< .9 I �j Z < md W J Q k F Wt Z m c 8 02 ^d 4s mJwZ� U�O�yy eI�Wy4O zyw F 'Z 2=y�O �US o~O�o5 y=J6 � d V-� 1� oz 411111 WN c' F 'o o aga p 70� �y 3 N o `t U ��F Y7y�1V<i2Js` bNFN �= < Jj U p vv O �� rr_ C<� _ FK GjOW WN %,O„{yNmoo WU < O dj '�V dd u� N ZC j m W 1u2� yKU�K I0 000 J a UOY�N N >< Y yi} 7W m U SvJiv=Z �<Ut = < UHK s w O^ b s °~ a' ZNb d �< JKOOW •� ! _Z NI-tm -Nm1 LL6usO �D pp(( yy�� o WOK G mO NyKW W� NNm6 1pL6 C m= VQ�� {_ O zi g s a pRpQ� V wood WX W N Z `• a if >�a o 0 z - C m m jH1J0 �\ = ¢ F H .ZWS /I I�Z0 W 0 N m '�� r7 O Fy NW O u Z hNa y 4 U0 ii 0�W7 NN>YCCYO NuJ. G dS, lrn Z 4110 6a m 7"S : a 6 y ii W LL o0o rcZ F mwH OW. v �'---'Xvn.O-A � 'y o J x Z O rr o _ = Z s o C q ® a Z 3 m W Z W m c mw gg O Z WU O�TJ tl Z uJJS c�3$ Wj �O^ Nm ^ _ M �; aW Ow~ F` J 0��ir O O W 'RiH '9 W WF0 = y00 V N 0 Z IM g 6UK4 W =mZZpC� W < b m N IY YI W. fp ALL Jg m v y 6y v "OOOO:� „ V) w °mo3= z W 3z gcz 0 so Nm Q: SmO d x C0 y W 3'oa U) x < CN W >a T c� o � o 0 �pyi = �'= t O '~2O2 •ice :: 00 0 zZWg JO �z O_dF R O 1 I ' y. JO W C31KFUZz zzW w� < K =i-i-;.;� GGW <C yy G � pO�9 �K �]6O O �� G T :::a-..�� P}` !d Z O x P.. _ < Z�IO� jWLL K� llllll 0C g< b a O Al my� dp} F#im �yao �o 4F0 .mfi�=��i' 9`Wp_g apg5 i2 i {��'•�T1'� �s F ZOt 2 yJ C»CZ_ZA WZ=O W �O OS O 'tip J IL ~ <�� Zmu=j 'y Hzq<-, O W= ¢7 y =zw=o ;i. ♦ ¢Q$ W �° '��a=�Z{e �Wgc�iF u<o J p B 000 - s 7US. N P OUE..I` Z y� [O.1�w WU yW� W K -T ` M. I.. ` K 1 1- OJp �yj �22� OO�s p� Nm� pM� WK = OUF< m O NW if LLdH H x WK N, �WS2 K O Zp <o �u�y= � O �� O O vJi C -Uz a,Fc� a a N 020 W Qo u�v O N ;z. t z U ,y YI ✓: o ra 0 0 = 1. n. jT W '' 0 W p �� y 1 Z y P `�♦ Z ✓ Y--'xrrn.o-A/'NIW.RS �,. 1 0 o K U h g J b b Z y 0 0 0 3SV8 13M18V�Z At /Z <K pN Y� Z o m Zf. w I o y O --j as z LLJ °zm z 4 Pdd JZ J m _ : r w w ay a O !O CL a �. CL 0 LLJ W = 9`�` 159 J Q ° $40 u a P pQ J ►-a O O ¢° Z Q a 0 w w O < w F— ~ = N W O !n .u r W 0 CL O • o T z r a u r o N i I w U N W y a N x r N u I 1 D N z 1 r 1 a a o U N a wo W t _---____-__�__J w Q W K W J K J r 2 J r d d wl Z ` J J d u z a N 0 r ~O W J Z N W z a7 Z VWi(4 a O 1 1 n n � L.)LL u a r o ww T as M M m f>--r- r ---------------I mc 1 I I I - r I I N I 1 1 I I �_------____-____� i u w = a U K T N r J z z N r w o w W N S z N K V ------------------ ` S d r I W Z Z O n 3 2 S W N r O J N Z O d a K S I I m C VI r G 4 0 - O W H W wLn 1.4 Owzf i¢ OS Wo -----------------I W o r N Z O W Z O J¢ ,y .J W W O J=W \ '-u Z r O O S :- U z N r u W O Z r N v W 1 O°m w m O N r � ~ OW O 1Jir.3 Z'O N N O O N O Z_ ; a W J ISM ' a a = W ¢Y O Y Z a] W m 2 3 N O O W d 3 Y W r U S .a.. J S O Z W W W Y J a U u U ~O 2 O r W W O W m K CL J � a P P r w r w w r P o s u r a P Gold a ww Yr wz a w z .r. wu Ja1W a r Oww .ZJaa WWN UW 3S�.N. 32sWOWWamS.z..� �-+d a Y a 2 2 2 f N 2 U D. K K a a 0 � T•I WO WWWW2 coouOYa\\J W W U J 2 N N�Q m m 0 u W r LL m J mm c m m H W O __________J Z M W M ti W J O= 1� W W W L- r 0-> t 0 ' ' ; wax p W Q o d w a LL, x M >->- N _ r 1- r_________________ I I a I I I I Z XN ��_ ° •• i I I I O w Z d W ( I d o a N j I 1 O I u I I w Ir- o z `3 w M uN I a w ��> of I________________J y w wa r O ZU O� "2 0 6 x s . a � � m �! Ns Jrr s C F E 8 o a. • LL W b 7 V� ��r7 o H ru ci Z N co 0 F o �a �a °� I O y x� v ��syd u V� .0'. =�' a U O �C a o dl dl foil J G O V� oG O W �J� O LL { 8 O , 5 = YZ V��l d O R 'v Q 's .tl OW TAE c O=C� ��� w 0 N a Ow °c 1 .1 N3 �v $ � 0 � g � E 9 B m n 8 ado $ m F ~ Jl m t -00 �� f� a —Ta n `0 e am to As E v $ 8$$ c D V vi 1, b " g� O X p, Ilew C ► dE Fo J�8 < USA FTn� t 29 Z a � r fV C1 �f Yi fp n m Oi m< O 9¢ Y w 6 J7 O LL J 11 C y Y N C 1(1) 11 2 3 1 (01 JN Y Y F 0 W ° , O Vl � � O k' J m p G z O ae N wr M z O O X w 0 z m o a °m F U. O ! o LL j r �f Y H c z 1,101 F� , f7� as v�O O ((I��� U y uz O q tl 7 LU O $ 3 7 7 ¢ o �'_' O O S U It W^ 0 f 0 / im 0 III �LL co XVW a , 1 ' III INW A - II II I N I W S < v w p m a r J L tl I s u d I f, OF \ W 400 0040 _ t1�IJ 0 4 --------- -_, I-------- ,fl `�� T��lL TO.. �. • , , I11 2 N Z yry'�w <Z j 6 � _ W a O' l JIIY � a B Y!W _ .Ll .D s Nm N131SNnae VN313 A8 Wvwa Z d p(� E o 00 Fo swot oo • 010 r t4 L• 8 mg gm O g 18° � E� 39 V� 00 10 ��cca �� �'� ��� N ZH Z E cS ! a m 8 �ar�g�8oc 7� H m � IL $« m 8 ° �a y o f a a n °off 8� 4 .°i 5 CMO>vca C� o ^`o` o 6 o 0 �. _ 8 uS $ XO Q �pEN g b a23- g$E vyitri a -�H 2 a � o $ o c m evy m c �Eg°mm.� a y w '�3 $ V E $ L m m ce 3`mE �o x .8 Ogg �� 1 C C W z- pmt 9� 08 3pS-' ypm m m Zo X 9 C g w m C N Y C W o °4� T's a =Z o aE aE 3 a 4 0846:1 �ma a � F z _ N 6 V vi t0 e� ao Oi r! m E N N O N N F � A b a R ti p m p b DOp� ib S b G b o b 4°0440 O 044 V 0 z o z o z z ry O G Z O < W2 < OR ~ W w ¢w CJ w J W a ,�� Fz w zLL ) W 2 LL LL LL lLLi. 1� .z m 7 N H N 4y< O IMYYI < m CIO X > N Z a �mw , D P; < o Sw let N V 1 R' a30VdS AlN3A3 Sams s �S cc 1 o�s27 m I 1 0� N Wz QW i!I in LU LU li'-�—__J_1_____-__' _ __ __� • Ili \ H r-1________11 L" 20 Q 2W i a O z > om I_I__ p dAl o O Mn I a F CD WIii N 11/�1I II� m --`-- all _ IX.,ICV l� I � \♦ • I_1________II I `.'J � � • I 1 1 j� I I 1••• 1 1 1 00 I •- Ilt °w1{1 111 zY) !b 2• 21 O 62 II J .0& F a a o < U N13LSNnUS VN313 :AS WV!!(] g 1. Z A a I� 010 r Na tirr 8 0b ; z Ix Z p N 'z 3 r NQr . Odd ti� ° '�� 3 f 0.. < ; g m■q/ z N Y U. CL QD N G W �_. ._I' O J �I QQ� W �/ 0 1 K z o If LU W LU yaa ZU � GI W l� 07F w, w $� €vi x g 3 rrr ga, m� W � IQY 9J[ I Lo x - --'-i-i b owl L N Y _ O NS f♦ V 1 Y b O/ ° e o 0 a y, W on d .1e13 •Gi Fn � � vjNLL W F F W 1 p W, Vl = W W FW b illr IvF W ZOO #-C Uj zo� b ---M-- ------------------- ----- ice----- - --7r----------rr- -------�i II II 11 r 1 11 " ___ ' __l______ � it 0 1 .1 rr r i i chi i i / Z J Ci+_3 ..- -' G �y._}.._. ._. Z ----' ------li---------Jl-------`_=- J ~ ----- I d W W ii - �� NrALSmnae vN313 :As NMVNO 'tier DRAWN BV: ELENA SRUNSTEIN a 38• O 30• 0 O c 24' C 1 S 3' 1Y m 20" INSIDE WIDTH OF FOUNDATION � m II II - e o i I � b'MIN. � O a G ; I o a W - m0 me f) a m m4 0° s L I O as �i H yy (i Z !ll R m C N p 0 4 4 4 rA 1 O O i i mo m i ✓� Oz m 00 0 0 �- m R Io I r = --- --- dd c S•MIN. r a I ��� E•MAX. r ;m '--1-----------�'1-------- I I Ili • D O 1O K m � °>Q v� zz oC 5 �p 46 0 l ^�� p Np Sc �� 3 STUDS EVENLY SPACED o m z m4 Si i CA o g 8$ � m o 0 ZZ am m R r m l tDO+ t0 FD Z O Fag g �V M$n ID J y> ... 3 0 —Q.&5.o o m U)— Sa > > >c u m ? =N me x ma 0, �0 �03 30 an az 3 0 m Is you AN� tO N m y Q a y o£ n a°03 c OO :3�+mco _ S 3 v b f� Q A` C C �• a - m aye am 8 0 3 0 �gm<3 9 8 _ �3 m m 3 Q c° ao °_' m� m m a 3I 9 a o �g �9 m > g m cn o � 'O o� - 3 tr 01 �a a CL a •on y rn a �c �r' Q �$ o3tmc.c 3 m r3 3 m m y� >R N m �� �mor > 5 C IQ?' o o = yc/fie 2-L 3 m o a.Q6 EF o� r, m �m ■rr o �N o P m a � qm I �- jQgr�o `•----�----- --- - iIW � m_ R vi " I > • 3 SS 2 N r NO o 0 o �N mN ° ;o•N e= i4 ° a cc z Dill as N A = m w � e O r 111 -- S 0� r m so 5 y T Via, OR o�1 � �9 O Yow � YR i => i t � f/1 N = N F D . 1 D p 4 A R Wulf \li V1 P A o rr o 30 z A C— m 09 ca Yrr �C D a WD Q cr J �JW� Na U z u QOjY zN a v ������ N W Z� 8 % o w z2 �� ��� �w W ZOF' •7 m F�Z IL ¢ wO �� ou to M ¢ Ld 0 3z O �. _� < W aIcu ag G ¢ {{ z ° m omo XO 4.O 7 o w z V 0 Q s N zo � N w N ¢ $a k w0 N NV"� f Q m as o� WWZ �M� Q WU cl ¢ W go S W =2 ZOW ,1 N N• tl -2 OWS u a Q ^2F- N n 1z z ¢ zw ~ -= Quo ^ n oho do on Noo OZ N t SOS N N F-I u LIZ z.4 Q rr < No << z 7 W �O > W Q W o N W =3-J f •LL tl O O W O U o o N w n u'r^ c NO Q �O W> US d W O N Q Lai Z N W N w- U tY W Z� O U cr O QO i-- U OQN W _ N -JO X LL j = 2 W LLS W NO mL.L> LL O m W >t yr p O O p ~ m m F J O m O O O cl G z N M 7' to ut V u o FL 0 W _ O W Z W a Y u U > > J 2 00 O p aWa Z r/l N N > J O W Ld N N ul 3 p Y O ? X m ^ O < I I P M N a m a x 3 Q O 0 o O cli P / Q o i�-1 �:. L . 0- l lO Q y Q 3 2 LLJ 1p Q 0..., V� v m Z a G / _ •.... V3I a�V a:C O a a O N m o. / W� \// NW�Z d>4 \ O ��Zr� ¢ C 2 O 0 y O WQN / ZOm~JN, Q•� N.~..° QW V O 0 0 0 0 C O N - mW0 L --�JZd o a� W y. . L O L L .`0 y M y O -1 1-JW N ICE °Z S 0 0:N ¢ L¢ ¢7¢m t 7 N a GCEN a°N 3 2 2 LLJ �Q otna m z=)Z °Ll ¢c7NO W� x utnox W V WZ Z \ Y F (D O =i I P'� t o 0 0 o a oZOx ' o 1.72 Z m t0 P E. Z; N _s¢N OX Op Jy cv uo goy d' `° Jc'z a° s v cw N� x 2JOU M z cr u o u a 0 0 �b 'OpS >u a v ^ N 4' 009 a xv3 aL p O N M C ``� N z x U a 'r J/4- S O on n N p t 9 N 3 a m r` �LL a U wu0ai °N � P M< LN L'i O > °u W =W p z O U = L \ N Z � ¢-J 'Z° cr 3 w (r F- Z O O Z U < a o f\ • 3 U J? 2 0 co / -p O" �� LL -- xw L'i cc U S O p Y \ / / tZ O N F- ~ N W U N \7L U U ..,p, U O� J� `\ \ �QtyQj Z O Q Z F-N Z WQ OOr� \ + z0?Q W J 20 U WZ F- o f \� "' U Z d V r N W U m LL d; W N 0OW \ r w a o 3 Q O 1 � u B O � 1 0 1 1� ar � O sla IL a d �a ►- �j�O F�Sy m J p Ld LL- s Z x '� = I . W Q E E 1 1 Q Z m W -J In M o N c O Q tV N N N O N a I In W L', O O X17 O O CL O rn Ln LD m N Q 01 C� o� an N N o = N O W rlr j Cl. a Oc _Z c-SN O N c p_� -13 I E 3 N 2 O co � 0 0 Ln n N I W J W W 3 O a x m fn E x 2 c m In 11 n L J o v \ O0 rn n N 0 Z 0 N V N V H Q o nL L D3 V) 4, o.4 LL Z L F p C O p Z < ^ c a W O C N �( 0 O V C hm N 7 K m <7 I d' liP W Y Q C I =O cli = 3 3 cn In W W Z I x > o a W Q m z H O Q Z J Q W I a O M 0 L)�+ 0. l I O o m z o p v V) Ir 0. a wz W u' W ~ a: 3 N ¢ u� 71� D m m V 4 S W C) >rrN v� O F- ¢ r o • z "� O U O. W► z S < Z o a u In Ld W U O J 0 Ir W Z W W Z a F-W O S J U W Cr 3C vl a wr O a O ° O am W =�� �la Gi 'J3 N IL W Az • .ten° FR W ION J •P O P Y1 W O Y Q N O O W Y d N N n Z 3 N N N x n ° H 0 R HAD: 3 'Y X WmLn XWO WC:W Q>WU W U I JV1 Z yQQ W $ > u20 ¢ Vud vl w x ° a JW7h tt J Z N 133< « C Z<0 D0 o Z O0 _om°o .JJI u < Q u o i Hd 20 Wu LLJ.4 VI C_ S J • u 2 Z �(rV)W • d o Q Q ''a r � OWUCD Wei a ov n ry LA LL W N N O OYJ o DO O CD Li fr Q2 N :j YlM N J J N WOZV1 'J 2 P f01 to N m = O O = FZ>-(A y \\ \ Utnmr Vz__ m � f u mm Om ¢ <O ' L C: OZ� N0 ^ J-Yo C W D mcrmo x to M ry 3 LJ W w��Q Y • u u 0 ao p O 1 ¢¢ G Z iy F > L m Q DLI ,I LB O} N J > =p V LN ND m CM C CO P•1 D DDS ` L��0 C W 7 7C 4 7 a u 2 W T K Q aQ a�W o i�Z°, s co W W Q o �c � Z =37 Z N U CU x Y Z Or u� Z O z 21..V1 2 Hr> U �t 0 Z O --•UQ W 3 W N xl i U WZ Wt/1Q O Q =i L) UZK O r W N O JI i ' 2W 220 W Z Q Li— W3W CL W OYO O:VI . �W �O o_ 1- 0 o W ¢ U W 2 z O Q F-In ¢3a < a II C- ai W J4: wz wz2 N r y 0 f.7 Z 0 1-W F-W J W 0 2 CV-Cr N xxl i J x tr 3 C:1-O rW.. IL - aaL� \ - \ o c \ a o 3 Qua OOW 3. N Z Q • Ln V •V i z r• a 'n g �o IL W 0 - o a a0'N o F.Z F M a ZG LLJ d r U. ° < Jd g .� ZpV d x w 5 W -tOCW 0 0 0 m o� Zd� . 2 i=6W' a 0. y v « IYit 5 O ui S W Vf ��' Q•O��S I ~i 0 c) "' m¢ W Z � a a D �L) �1► CD o ao f 5 • J 3 O Z V) Wm a li O Z- Q7 Q Z O _< ze )ySj W N •-+W J--� � JD a i �w as ^xm' aN po m 3 2 W^• VI fin: iC pO I+JN 7f O J w0 u0 c tNV CA N Z SQ �Z O I o Q m a> 3 aS mC� o„1O.)m: J� Z W fF- x N :IX 0W r-nm QUJ F=-W D N W•� Oz �: ux 3� O� a xU 3t/1 00 ,nm W U O F-3 L) �Pio DO LU vi:10 UJO w� V V) "�� �V N Z ^• N n'1 Q ~ Ift I W cr g ON q Yw or w o< Q O Jr _ Z Q(' �Z - — — — — — — — — — cnw w O O� w-- d Irr O �W C m k z � 7i yW _< 1•l f m. J..•N Q V m N d Q< ax X N zU x ozo f N: wo N: P • <W5 v O Os o <-o r N w z N WmQ O >1m Jj QO 025 a¢u 3 w„ MCC �Y 0C l/)O N OI ( V) w� a w E `, Xmc cm e > N W w w 9l r o Yl�l f _< }e ? N �e z ee O o 0 o - -a-0 O a ee 4 .. Z4 = 5 � w = O F- w Cl 2Y w3 Z Z o v Q ¢ Y a ~ rr o c p o a m 2 J N N W d wZ a-a CL Lj O J w '- >rr Z s o a 4 �r �a B N cog W a fS 00: IL ppo W HW� " g � C o oz z J O 0 Q� r. Z W IF- N I �Ocr QW N S W m N 3. x N<@>-- a O 00' I-N Z^ G N N Ole x 1 I w ZQU QN ` W W J Z N `W m t O wLLu n: =1 MOO-13 2 I N -j NO2 I 1 NsZ s 11 N n COC+ • ' 4 N JU - CLO \ \ O x I i N N _j CC? O QQ-+ N N Z' N C q J r n a I 1 N 4' Z ^O z u a --�0O 2r0 U ie rr Y$ ron n N o I I N N ,erg 09 R aQ n• ° o u N 2 HO NO i UJI ILL) N B+�� ' N a ANN Z>^ tl 9, `` Y N x I Q •... Q�J Z O L}a0 p} W 1 I H I-WU JO C5 S a NoC q w o J ✓ O �NmW wV? Nb D O?C PN O = i I Z XJz So- '. cr3�a°m 00 a �_� w waw t-arn Z x LLSW 1.-2-+ K m j J VW- W �-+N O •-�N 3 O a ~ z '. w x o� N M a a Y�� b s m v ti o O J O N W W o d I■ • WQO i ¢ • R _ GO Y J yl O WOO • s 4 Q4 W<g Q�W co o oom WC= Ir 3c = 00 o 0 o I ,.. o'n e I ■ O X X % X z J o --- " SO N N LLJ Q N N N X m X X X ez O 3 Wyy Qbf N o N OOW m • a.� ■ Z< ¢o Y �- ¢ ¢ Z WF♦ cL c _ • I a J=am Z -rs y`j ■ o ~ wa o <t> ¢ _ 1-¢ Z t- ■ W 00 N ■ r .U. S tJ U z z w 1.- _ Z Z O O 1- 7 T U 20 O Z J Q HW rn C p O `•. r'!r n Z e N O O LL O 10■ W S 1- r-...2LLN o _ z y C13 N N 5 o - _ N m x a o o Sao N Fay Ir o —'-p � a W2 WNQ Ljj f N O I O I- Z U M~ UZ¢ U J Nwa`c u�iN�uNi .0 u•,n i i r N a ~ 20W SSO ,. s yaj ` 0 ¢ iL'^E .°o uoi�.00,ol 0..�u ; I x o O O q Q w•-. waw lit _ >� >-W CL LL K ^ N J J x x • WQ$ ~ ~ N 2 >W >ON W - U o H Q Q LL LL x .4 1 I mwo v U t7 ¢ a «..I-= j. I r Z O O Z Q I'-N 1-Q U m m ^ o > JOm ° ° o d O x W J J 2 WZ WZS o o a a o r I O N N V u O- N vi O O N N I ; J W •ZU• Q a f-W F-W OS OHS J W 23 SF-O to N LL r. a-- a Q LL o 7 - O O x N z� = CYO E G o e ° W s it 1� Q o W ® ` 0 i N w u°¢> vZ. i -¢ ¢° j"Lj ¢3a O J d IL O < TM• > U Q gp o ZW;Y o 02:0 Z _ err C►fix F W W Ogg d R e $ low G FW � q ¢ __ >1 9c � N n N OZ W J O W o cc= � 1 20< 0x VIfW a 11 puNi INi+ .°o N N N 1�1 ; •20 $p S LL1 LLJ O N N VNi �D LL N yl� 1 I N O 0 LL z [i J W o ZN ' N O v W ry Sd I N = =OL7 V,f X O d W Q J : N o o c°,°. Z Z J ♦p, ° a IN 11 \\ \ UO O Ln A IN 11W CL n O N N Z O♦ Z IV I I ' II =O O QQ? Q N N N U itl YO O j 1 ¢ U COO Ui f _ ~ n I°n 1Ne o N «°e� NHO N N Z O•♦„ :p0 Of J I I I I Z a. ZV)N L, _ Z 1 1 j 1 Z WF« (,¢�C V[IOO Ctl r0 I I I ° f'- 1-W(7 t04 O N ✓�a € JH y0 C I 1 I i N Nm¢ O W 0 ' 1 Z XJZ ♦ W WJW ♦ • Ln N Q I m i w X LL=W O Z Z N a ♦ o � b■• I C) �gN N kJ0 m IS d, 0 I I P c! s x 0 1 1 1 N O °: aaa O q l I i s3s N _ •``JJ• 1 S _OdR.I-1 ;, --- x x x ----- ------------------- p -1 � ai-• 1 x f x m x x A�•oe r O Q " ; ■ x IN 0 3 " 3 • * x d c W o v �si � ° i • • ° " o r °U ¢ m z�- Ln 00 IN V .EU W I 1 I I ■ i W 1-- W z > I I I I O U MI 1 I I 1 1 Z N n AZA Z�-~ 1 I 1 ~ °W °O_ ,--T 2° 0L2& a 1 1 1 1 0 r 2LLN N $ a - - 1 Z Z Q m NO N 1 1 1 1 x O 0 U 39W3 r ` N O ' �. U N WZ Wt//Q Q W Q U Q NrO `J J a l l V N O N N 0 N O ^ y J"O .J U..uZJ O TIP If N N aLL =0 CL D 0 0 01l0 0 d' N 0101 W =_� LLJ In N ° W HZZ `� 1 1 1 I Z E- Q W�-+ W 3 W J w O Q Q >�t >"W LL cr W N V S I 1 1 x H N ~ J W LU(r In m > i y'N O o O ° I 1 ; I Q � .Q-� �W �O It 3 't' ; I i i 4 u¢i U L7 d' a r-S m m > O m O O O ps, I t �iW Z O Z Q F- h-Vf 1-QC.7 N N U U a N N O O 1 1 1 1 �L�i N w J O LLI WZ Wz= W d° N = yA�� J M3 cr�O * a W >< U >t I I "I J t,/1 Iy , {Wn CL�+ a Q LL _ O W J U ; p 0 ZS 4111, a IS m Z J V Y Q O•- O i I O O W u ¢ N J i 4 O y C TW dr IV a IL r 3 00 lu o . n N im Y = F > H O Ne O O x m3< s Q N ' gg o v U 3 Ln II I WT LuZ ' z m v o� < W$0 o x W <V1 1-Vi U o ry x z W UW �U d0 IyJ > 1-U °-� Ir LL O O O dmWz UW 2W m o Ln-- s= L o o cDJaTn w J zJ < aU w X 22 s a'o e e <Tn >a <z —oz ow OM Cn Jwo=T VIJ Z Z 09 O ZmV1W� x <3 Y e UQ ou o„ Oa m0 2 H UUVI f < SZ e O_ m ; `+QJ J2 O(7 O�!� D` •J JF U S�-• tnao<vl 0 LA 0 0 °gc p� r-dW20 ZY o o U<1-V1d Cr VIW h C COe c 'mmow SZO ~L b o o°C o K e OWLJO'D < W H In o am !^� r �u z 300 y.-. K>J¢el 47 T CL t7~ S/A _ 7 1 O ZJmS< Z0z W VIW wo mo ZL V1 WJ nn < T HZS : SO< ZS o W 00 xz m - W ZOO<O mx x e ozwm- > c� wd J-r>Oo OJ2 2z J 1 YOd <JZ f- fSSmmO W< O '* N O O<WWZ V-SH LL v a o H 00< n o b _ e el - - 00 Z N M e e N Z N N o N O e } J J O° y� ry N M N // (7OC>e1 Lij Q n N N N D=Vt W S m Y! J n 1R N N < N O Z - _ 0 �} 0 % Gi II N W< W g II `s z I-- x z w Co U 20 > Yz = I II Q= uT F- w .. U- -- O z O FO y Wl✓i< N O H U SO IL x = O Z J < H W N < n °¢O o��°nvoi g�N°Og� C1YO .. W x � z �._.y N < J Z Z O U< < m N H C Now i * Y 00= N < O O U 3d0 ° ac 3< : N H H a VI WZ WV)< _ �n .-. - J.-. J O U ` N J W W L r vii u�i < O 3 nU �Z 0 L,N W °ow z Z S < uji+ W3w >!t >—W W u I. r J wU wa:o 11 LL y W W_ ° p < < M r Mw �O m m ° I 'sm 8 g° o w wv o �- Cr r vai �acx� n iw= N J J Z S U U O-- w YO L^ C N W O WZ WZx t`o g w z z a F-W -.w N O F J ¢a J CO V O ui C= O i--O ie �+ W W CL S<O � cOi N ut V1 t- a-- a<LL o x ,u 7 W G O F J R 0 a a 4 u J � No zs 0 TY� N z 0 °N va AOs d°' o WaW n am a � r h G r ^ LoW jF 1 o z ��, P``°'y V z O YIL c9 Ld Ln RAE W = °� n U z W z > f. O Q U U•N LL MW M m a� WJ H OQ W z-j CL W SN y >Z. "'a> 00 Q U 4.a WU L" JLj- • CL•+ F-Y L,J ZL >'Zi- >S a- m zcam SSw HZr C)Q OQW a7W —< 2 UL" ' G o •s wrLn r--X v� viao $ dN po N ^ 8 Uw =(r <CL wWW C.�Q O UQH DO O O O Z J O f Z W W Q ^ O LA Ln JO QO • OWW C e a N tD�- 3 r- SUt- oz z ws o = 0 0 0 SUW KN z- ¢OO� �. o f o O •Z QO ZJ WO V) n N N n n �� v cn0 s p a crm Z W ESQ 1 O H N N Cv Q r' � f, V1 C7 V1 W O m m m� z V) Z(.�Om I N Ae Wt,1 4 0 0 0 O - N^w OZW p O v+ O N V V O S f n N W SJH OOU -jz>J m o OOL �T r O[r VIES zQ;: XOJ •'�� OZW QOU wh-> SSZQ oaN •�fi p N SOS ..JS•-• F-OW OQW= N O ff- N e r +00 LLUr' WV)Z VfSO 4.SSV1 N •• oo <'A NO �Jy O of n O• C e 2 \ \ \ Z N 1; Q <OY N ` O G.IN h4 2 iii O N N tC 3 t 7 u Q N O N V N O cr N J p pO C 3 3 N 2 = W c a: ` °c o o Wa s i�lt � I W t✓,i ��a x = x o N x v 1� cxrN,005c W 0 Z w W i art - ♦ W �m ' � � ° ° Q° ♦ s i � 7 w i w w 7 1\ ¢W _ K > ' N Z J = Z -j O X -- --___ x Z cr w =) o CL J 0 Z Z Q S O 0 0 0 opt I ■: N H H V1 p �` N O O U O 3 S z z a O u o i * o o ¢ o a w O ¢ U U > !o ¢ Zr ^ o o a Lr r ~ u O .. Z J J 0: r') Z O O W Z Z d W w. �- = w U 0 F a o Z J N Vl FT- Vpwv) CL ° V t'7 N I3 pa � ZH 190 g =y W 2 d J LL N � s O Y II oo= a Wa 1 i a I N O I N v x � 1 o I ry 1 Q m o o a C W m o O J O U n _ 0 O x W to o= Q E = V S W N D n° m. vm d O woo LL ¢ c LL. W LL O pw � ry n OIO ~O_~ a LL I Z d m = • uj O p D D D a w N W J D D y cl D win U • i > u J O' L C C = O < A W r = IW C W Z Q O O + Y * J = a C •E 2 a v 0_ IL 0 W S W A ry > Q i D (L W H O m u D D W z � a N „Ji n N I z s u D D D O d Ln Q W 7 U D DID D ° c CO > N W Z J � O r o vi l'^i r O O W O U w a lL U I v x x r LL x x Z 00 x Z Q II L 0 n C+ O cr LO N r 06 I Q > Z Cy N U a• o° u O Z OJ ¢ ' • ' 3 W O Q. v W f In c }•L as i •ate om °; II -j V1 FW- l00 Z °i v`i n qD ¢° II ' O C7 O C• N 8 0 o_°_c �I In L C O M• N• E O 72m Q 7 i N rr o V N 3 __ o Z� �tZ Z d a o N o J.OZ ` W JtoRo i L 11. ; r a° W �V0� r J 3 Z N I ¢ < C W C *a W m a W x 4 w a =O O O ti r Z W� O 0O a zQ o w � z a W N 2 II O N CL W.6 ^ v Q v N O x o UZ d0 O �O I N r O O zWW W D d z IL N wO O O i = 30 z z I U O W Z< O > >LL D, 0 cr °� b o 0 W I- n L 0 Z -+ N I I e W LL W D D lrl _ Q v _ D' D u < I z h D ; D s W W d Vp N p W F D N O V � O < x O U _ Ln W U > r Y I Z W X O M I f O K F. W r o z x - a- O x = U LL a W; Z mo p I I ti O x'o 0 BtOU O Q L 00 r N Z C n O r N U 0° v x O U ¢ _z o to O O Q 00 d nOl D3 I N- W J V W V) 8 l• l J Y s y 0 z d (,� > L 40 DO c Zvp��° o« zo os° a c ' _ w V w J � iW¢si J N r LL to N¢ C C C. O n IL W° II *' Y B c°n'.ci n• c s zs �Q sNf O lily H �la bg N N �� O 0 wr a O��fd� N u _ z ma cr > v Ono ui ui al owl Lj Q� Q O -j Qw<z m Li.LL. HH U W L1 tD it AO U. 0 0. K - fa z z-a Hi a n a w a F ; c o �u c~�Ln Lj /1►' 0o Q zLn L.�LL WU Ln Y Jw00 LL^ t-S L.-10 �z/ >-x SQ • zmV1W a-o:w HS f.7MO OQ m tnL cr vLD JOO U^QJ Ln F-- to F-W •J J WH VI �Y L, W tnaOQ o 0 0 ovoi o ULi 2S zOz t-aW2 • ��^ WWWS U ZJO zLn Ln W Q NW Vf JO • Q a OWWC7 QLn L>�O 3w1- w0. -Z F Oz .Z.. w LDS dZ^^ �� o VI o w I d . z zu0 zww 002 xam� o< v+ - >< • : ''0 0 0 LZ W K'nu, ^J Z !r O Q J i ' x i n N 7 Z QOZ ZO WO �o N H ^ f-V 0 3 1 LY Off- t-ZW < n N op i Z Wln =)m< L O>- < Te _ 4 >^w 0 ZW2 N N N N a Op ^W SJF- OOU J'-'>O M •� U• a < N SOQ I., QUA--� YOCL ° m L n o� 22 N OZW QOU wt-> Slrzf M .. 2 T Ji -a mm« nL iw- auk Li0 020 L,f¢� N c '^ N o� .00 o« o<�^Cu•i .O j °gin Z N W; c WF•' C CVC PN O Y\1 t\(1 J O N 0 N N < j ° 3. cc N N U DO N _ B 6 Wa • I • & < g I ° x 005 I �z l X X X a a a a . . . . . .. . C m o ► ° — — --1 - — — — — — — — — — w U F- > .t z o a z b a 0 o g r �x w zz o< 0 Q CO o 0 aU U O a o ,m.. gig I o,�g �o o a° a° w 3 a O tY ¢ tl a vo Z a N J O Z p O Z w LU u j .ZU-. Z CL O z 2 O c? w w Q Q Ln Ln t- to a s v� w rid 11•Y C W N es 3 Z m JS ♦ �� �v� JQ m Z Q 0 nd � yCA a LLJ> �u � o NG c MDr� o L'i LL� uF L)-1 dm�QZ ��5 g IL Ws �3 0 ow s� XQ az y-jaa F��� _C)ZQ < Z ~ -W Sri )-M<0 t7 00 QOQ ...0 'U+V'z TWA �. LLa LLJ V)Y Jw0� a•^ �-cr LL J o rz�- rS M:-d zm)nW as cr SW M 2so Oa m aOW -'-Q W UUV1 Ln m J 0 0 �--Q J N H Vf F-W ._j J WH0 )-]C U W V)d0Q UW SS Zin HaW2 WWW COQ Ew UQ�Vf ZJO ^•1 z0 V) W Q O O .-. J S=1Q 7d'Q'V) N n ry go 0 Lo QV)N 0-m 3WF- St.)-Z LLJ V,-1O x--00 C)m0 aOJ]C ZU ZWW ZOO-- EJmS Z W SV)W .-_IZ S OQ Q p a a OD p = O •Z OZ ZO WO F-V)O 3 SOf- 1-ZS X ,�0 n pr =m e Z WV) 0SQ 1 O>- �+� LD { H0� L7mQ CD U V1 S • OP Z V) ZUOQ ; n N CH i m F-- --0 • r^W 0ZWS �� -+W SJF- OOU J•->O i SOS V102 QU;: YOa N .Y X ¢ SOS JS2 W7W OQww a� Oq Yy a P 0 N Z N M Q LOO Ot H 0< [N a 0 S n C& 0-7; o j 0 0 c_c' a'n o r ¢ »¢m a7 o Q o N N N N < W Al P OW O Ir cr _ sz � O i a i ¢¢Y Z� OS a * C I x� X ow DI.J q x q x x q x • a\� � T a N • c Ir m M 0 i +Wt + ♦ V) W Z x 0 O J H x X QX o o o U W O S < S QL o C Q U U m u m z Q J 0 S +) O O d W z H o a z Z N W r v Q s r V) CL Z o W O � Q W O J a1�.1 CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS 2" N 4" 41 StMogdam 4" -2„ N + - NS ORTATION SYS 4" T° 8„ R)W BY: CITY OF I 3" CITY CONTACT: J s i _ 2 3" CONTRACTOR: (N 3" 2„ SC 7A"u 2007 TO JAN/2008 _ 3" 4'-0'x8'-0"xt/2" EXTERIOR JOR 12" (SMOOTH BOTH SIDES, ABX) 2"x4" DIAGONAL } DOUGLAS FIR S a BETTER z o a 0 I w 4"x4"x14'-0" - o VERTICAL POST mm TREATED (TYP.) 11K/MIX �1/ IN�11 0 I ih NOTES: 1. PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD viii SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL THE POSTS, BRACES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR " ENAMEL THE BACKGROUND COLOR IS WHITE. 2. LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK. di 3. LETTER SIZE. 4" LETTERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE; 2" LETTERS ARE 1/4" WIDE. APPROVED BY: DATE: 04/10/06 PROJECT SIGN DETAIL SHEET: 1.0