Loading...
HomeMy WebLinkAboutContract Award D //2 qlC) CAG-04-143 Awarded R. L. Ali.a 107 Williams Av S Renton, WA 98055 $118, 809 . 60 -4. n Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications � mom C- �� fro City of Renton Construction of: 2004 Lift Station Rehabilitation Project (Lake Washington Flush Station and Misty Cove Lift Station) PROJECT NO. WWP-27-2987 City of Renton 1055 South Grady Way Renton WA 98055 General Bid Information: (425)430-7200 City Project Manager: Mike Benoit (425)430-7206 Consultant Contact Mark Miller,RH2 Engineering (42.5) 951-5372 Printed on Recycled Paper le, cot Aha Company GENERAL CONTRACTORS PUMPING STATIONS .. 107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION RENTON, WA 98055 E-MAIL ADDRESS: rlaliaco @mindspring.com CONCRETE STRUCTURES (425) 226-8100 OFFICE UNDERGROUND UTILITIES .. (425)226-8649 FAX LARGE DEWATERING EQUIPMENT i January 3, 2005 City of Renton 1055 South Grady Way Renton, WA 98055 Re: 2004 Lift Station Rehabilitation-WWP-27-2987 Emergency numbers r ATTN: Michael Benoit Michael, Per your letter of 12/22/04, following is a list of contacts per item No. 1: ,. Responsible Officer: Richard L. Alia .. 107 Williams Ave S. Renton, WA 98055 Office Phone Number-425.226.8 100 .. Cell Phone Number-206.423.3590 Pager Number-206.982.7624 Home Phone Number-425.430.9870 Job Foreman: -� Mark Baker 107 Williams Ave S. Renton, WA 98055 Office Phone Number-425.226.8100 Cell Phone Number-206.423.3589 Pager Number-206.469.6220 Home Phone Number-425.888.9100 CONTRACTOR'S LICENSE NUMBER RL-AL-IC' 104PT ,. Page 2 .. Bonding Agent: Parker, Smith &Feek �• Carl Newman 2233 112th Ave NE Bellevue, WA 98004 Office Phone Number—425.709.3600 Thank you, R. L. Alia Comp Richard L. Alia, President «• CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the 2004 Lift Station Rehabilitation Project (Lake Washington Flush Station and Misty Cove Lift Station) PROJECT NO. WWP-27-2987 Fall/Winter 2004 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS L. ILI�L O� L• AS ow 7 t J ftw . 38613 22780 `L n, v . SIC;NED: c,rsri-\" .,� SIGNED: �L g10NALt'�� IO��Z/OT EXPIRES 7/15;05 EXPIRES 3/19/06 r` CITY OF RENTON 1055 South Grady Way .. Renton, WA 98055 Prepared by: RH2 Engineering, Inc. 300 Simon Street SE Suite 5 East Wenatchee, WA 98802 (509) 886-2900 (p) (509) 886-2313 (f) r .r CITY OF RENTON WWP-27-2987 2004 Lift Station Rehabilitation Project (Lake Washington Flush Station and Misty Cove Lift Station) CONTRACT DOCUMENT TABLE OF CONTENTS ,r Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal&Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Schedule of Prices ❖Bond to the City of Renton up ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) ❖City of Renton Insurance Information Form or ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates Statement of Intent to Pay Prevailing Wages Mrr Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages City of Renton Supplemental Specifications WSDOT Amendments Special Provisions Standard Plans r Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ■. ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98055 .r i i i CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color,national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES -The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair .• practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: Mayor Council President Attest: City Clerl CITY OF RENTON SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY ADOPTED BY RFSOLU_TIO-M 0. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and m accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt.of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY -The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: .. Mayor , Council President Attest: / City Clerk r WWP-27-2987 2004 Lift Station Rehabilitation Project .. (Lake Washington Flush Station and Misty Cove Lift Station) SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: The main work at the Lake Washington Flushing Station includes the replacement of an existing submersible pump in an existing concrete wet well that shall be refurbished under this contract. Work at the Flushing Station site also includes a new valve vault and piping, flow meter, electrical, instrumentation, concrete, landscaping, miscellaneous site work and modifications in the electrical building. Work at the Misty Cove Lift Station involves replacement of the entrance access hatch to the underground dry well. Work includes roadway restoration. rr Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 90 working days will be allowed for the completion of this project. DIRECTIONS TO PROJECT SITES Lake Washington Flush Station The project is located at the end of Mt.View Avenue North. The nearest street address is 2727 Mt. View Avenue North. The property butts up against the north side of Gene Coulon Beach Park. From I-405 North or South take the NE 30th St(exit 6). Head west towards Lake Washington. Turn right onto Park Avenue N. Turn left onto N. 33rd Street. Cross Lake Washington Boulevard and the railroad tracks and turn left onto W Mountain View Avenue N heading south. Follow the road, staying left past `private property' sign to the end of the road. You will see a small shelter and a concrete manhole structure on the right. • Misty Cove Lift Station The project is located in front of the Ripley Lane Apartment Complex near Lake Washington. From I-405 North or South take the NE 44th Street. (exit 7). Head west towards Lake Washington. Turn right onto N 44 1' Street(Ripley Lane N)heading north. Go north approximately four-tenths of a mile and turn left at the Ripley Lane Sign Board. Cross the railroad tracks and turn right on Ripley Lane N. The lift station is just past the driveway entrance to the Ripley Lane Apartments. i 1 2004 LIFT STATION REHABILITATION fth pi SE 8th pi 0 2000 4000 I R2222222MM 9E 7 SL SE 72nd SL 'h,n 1" 2000' MISTY COVE LIFT STATION REPLACE ENTRANCE LID 50h 3L f RE 48th St. SE 76Lh - - - - - - - - -- - - - 1 _-- SE 76th pl S":1 1�_--_-_-___-- - - - -- - - - - - - - pl.___ St 78th SL 8M SL ME 43rd HE - -- - - - - - - - - - - - MISTY REPLACE - - - - - --- - - - - N 40th St 112 4OLh St. SE 94 - - - - - - - - - - - - - �N3aW a Nth - - - - - - - - - - - - - - 39- It Seth N 37th SE 88LI, SL SE 88th St. FSE.7 __-7-----------------__ J�� N 34th St SE 90l SL -_-----_--_--_- _-_-- _ ---_-_ I ro N 33rd P1 37rd 3t SE 91.St. N 32nd- - - - - - - - - - - - - - - - - HE 31A St st - --- - -- - - - - A SE 95th 1. .5 SE 9 27th S. S 86th S - INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City .r Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of • the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City wo 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 w satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that W 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. r 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. V. 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. aw 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. go 15. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of 40 Renton Supplemental Specifications. 16. Basis For Approval fW 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 W 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 or 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. aw The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available. The applicable prevailing wages for work on this project shall be those that are in effect on the date when bids by prime contractors are due for submission to the City. If contracts are not awarded within six months of the date bids are due, the applicable prevailing rates shall be those in effect on the date the contract is awarded. These rates shall rs remain in effect for the duration of the contract. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 1W 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of wr 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 ,.r 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. 1.• 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph, or not. 1. WSDOT/APWA"1996 Standard Specifications for Road,Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard +" Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," r. "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 „r Payment(added herein) shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If s 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. 23 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole qr responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ,. ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES (if more than one is provided)? ❑ Have you submitted the Subcontractors List (If required) .r ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? CITY OF RENTON WWP-27-2987 2004 Lift Station Rehabilitation Project (Lake Washington Flush Station and Misty Cove Lift Station) �• Sealed bids will be received until 2:30 p.m.,Tuesday,December 14,2004, at the City Clerk's office,7"'floor, and will be opened and publicly read in conference room 511 on the fifth floor, Renton City Hall, 1055 South Grady Way. The work to be performed within 90 working days from the date of commencement under this contract shall include,but not be limited to: The main work at the Lake Washington Flushing Station includes the replacement of an existing submersible pump in an existing concrete wet well that shall be refurbished under this contract. Work at the Flushing Station site also includes a new valve vault and piping, flow meter, electrical, instrumentation,concrete, landscaping, miscellaneous site work and modifications in the electrical building. Work at the Misty Cove Lift Station involves replacement of the entrance access hatch to the underground dry well. Work includes roadway restoration. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and contract forms may be obtained from the City of Renton, Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way,Renton,WA 98055. There is a non-refundable fee of$55.15 plus $4.85 Tax (Total .. $60.00) for each set. If ordered by mail, the order, with check, must received by the PBPW Customer Service Counter no later than December 3, 2004 (suggest calling to confirm receipt of request). Please add $5.00 for postage, which is also non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at(425)430-7200. If a bidder has any questions regarding-the project, please contact the Project Manager,Mike Benoit, at 1055 South Grady Way, Renton,WA 98055 or(425)430-7206. .. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall 'W apply. � ) Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce November 23, 2004 .,. Daily Journal of Commerce November 30, 2004 CITY OF RENTON WWP-27-2987 2004 Lift Station Rehabilitation Project (Lake Washington Flush Station and Misty Cove Lift Station) TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: ! (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) ! The undersigned certifys and agrees to the following provisions: ! NON-COLLUSION AFFIDAVIT ! Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other .. Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ! ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust ! violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM ! I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic ! employed in the performance of such work; not less than the prevailing rate of wage or not less than the i minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT i rq �v rnRA^�y Name of Bidder's Firm ,,. Printed Name Rt c��. k t A Signature i Address: /07 L4j/(-G i,4"4 f Alt S. i Xamps of Members of Partnership: i i OR i Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of �s��i,��_,�N With Main ffic /0-7 = S. O e i n State of Washington at �,�/��c,t�f �✓_ /?c M-rv.-J, t J,4 Yyos r Subscribed and sworn to before me on this NhA day of_Tj�eru , 20�Z. Notary Public in and for the State of Washington _�����O�ARY 'j No (Print) 67,9,R/67,9,R/ J7 f fM/k MComm.Expires •: Z= � p,ugust25,2007 O ; N _ My appointment expires: G � � PUg\,` �, of w Ps�\\�� ���llllll�� r BID BOND FORM Herewith find deposit in the form of a crrtified check, cashier's check, cpk, or bid bond in the amount of S which amount is riot less than five perceny(oflthe total bid. r Signature W Know Ail Men by These Presents,. That we, R.L. ALIA COMPANY as Principal, and HARTFORD FIRE INSURANCE COMPANYs Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of FIVE PERCENT (5%) OF BID AMOUNT--- 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 2004 LIFT STATION * __ _ according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. REHABILITATION PROJECT WWP-27-2987 +i• SIGNED, SEALED AND DATED THIS 14TH DAY OF DECEMBER , 2004 R.L. ALIA COMPANY M �r Principal HART RD FIRE INSURANCE COMPANY ,,. Surety DEANNA M. MEYER, ATTdR'NEY-IN-FACT r Received return of deposit in the sum of S s Direct Inquiries/Claims to: POWER OF ATTORNEY THE BOND,T 4ORD 690 ASYLUM AVENUE HARTFORD,CONNECTICUT 06115 call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 52-815037 X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X� Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Charles A. Szopa, Barbara R. Johnson, Marie 1. Matetich, Alissa M. Stevens of Anchorage AK, Alexandra A. Koleno, Marvin F. King, Karen M. Johnson of Portland, OR, Peter H. Hammett, Carl Newman, Karen P. Dever, Deanna M. Meyer,Jill Wallace, Stuart A. O'Farrell, Susan B. Larson, April L. Champagne of Bellevue, WA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �9 s"*M1ar'°.i"r•*'q rr 11 t C.4 14 0 e t 97 � s18a♦o7 e 9. n� xeuipsra�s"* to • °tniewr+,a� .setae>• „'.tt;..........✓"P Paul A.Bergenholtz,Assistant Secretary David T.Akers,Assistant Vice President STATE OF CONNECTICUT SS. Hartford COUNTY OF HARTFORD On this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and - say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. (a Scott E.Paseka Notary Public CERTIFICATE My Corrunission Expires October 31,2007 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of DECEMBER 14, 2004 Signed and sealed at the City of Hartford. YI S 'a_��u�-N • :a�:reF�e�xe�.ttt.ett_nz e..c.rd r.rJ.�a� �'y���Q Wa u�✓A 7M 1T► � _-��++"�molt,»I•..g `*18 7p°p a"4'L Moi t?.Ati Y 'z'`re°•9roTn9" * d ��T 7s;,_,.r�l 4.bf�M drA'.AOab � • * �'tt•o,S� � tetaeE• i l Gary W.Stumper,Assistant Vice President POA 2004 Obligee's/Insured's Name CITY OF RENTON Obligee's/Insured's Mailing Address RENTON, WASHINGTON Bond/Policy Number N/A IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS TERRORISM RISK INSURANCE ACT OF 2002 6, You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any — endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by Federal Law. Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily-established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion. s The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. I h. Terrorism premium: $0 Form B-3333-0 © Page 1 of 1 2002, The Hartford CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES 2004 Lift Station Rehabilitation Project (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflictconflict occurs the written or typed words shall prevail.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT ■o NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 001. 1 Mob., Demob., Site Preparation and Clean-up(LW) _ Lump Sum 5UCU �-,C)00 per Lump Sum (words) figures 002. 1 Site Work(LW) 3 > ,!- T.'P , ©�� Lump Sum $ �3f �� c;, per Lump Sum (words) figures 003. 1 Structural (LW) .vim Lump Sum $ „v2V J f{.>u!s. , � / � C (Z. �c j 2,0 rx� per Lump Sum (words) figures 004. 1 Finishes(LW) l, Lump Sum $ 3/'k '%revs -,o -Tula &�� r �i. �cx3 per Lump Sum (words) figures 4. 005. 1 Pump and Motor(LW) Lump Sum $ ry� f*+®f per Lump Sum (words) figures ow 006. 1 Mechanical (LW) Lump Sum $ 1-7 rr1`-,--w -�'H„L414 v,) l/ �, 15" per Lump Sum (words) figures 007. 1 Electrical (LW) - Lump Sum $ Fl F-7�� ✓-JAWO f5.uc� �� h�� " per Lump Sum (words) figures 008. 1 Mob., Demob., Site Preparation and Clean-up (MC) , ,.. Lump Sum $ )�tkt,E W" ;�l�c�sA,vO 'VG14'0L- 3 v� fJc�D per Lump Sum (words) figures 009. 1 Structural (MC) , ..r Lump Sum $ F ` / tfvU,r4" o1 per Lump Sum (words) figures /0 .. Subtotal ca 8.8% Sales Tax �, Total ! , O a� LW= Lake Washington Flush Station MC = Misty Cove Lift Station s BOND TO THE CITY OF RENTON BOND NO. 52BCSCQ3573 KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned R.L. ALIA COMPANY as principal, and HARTFORD FIRE INSURANCE COMPANY corporation organized and existing under the laws of the State of CONNECTICUT as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $118,809.60 for the .. payment of which sum on demand we bind ourselves and our successors,heirs,administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at J&t J.� ,Washington,this day of , 200, Nevertheless, the conditions of the above obligation are such that: WHEREAS,under and pursuant to Public Works Construction Contract CAG-04-143 providing for construction of 2004 Lift Station Rehabilitation Project. (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS,the principal has accepted, or is about to accept,the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW,THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers,mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void;but otherwise it shall be and remain in full force and effect. R.L. ALIA COMPANY HARTFORD FIRE INSURANCE COMPANY Principal Surety Signature Signature DEANNA M. MEYER, ATTORNEY-IN-FACT Title Title r Direct Inquiries/Claims to: I ` POWER OF ATTORNEY THE ONo T-4 690 ASYLUM AVENUE HARTFORD,CONNECTICUT 06115 call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 52-815037 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X� Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Charles A. Szopa, Barbara R. Johnson, Marie 1. Matetich, Alissa M. Stevens of Anchorage AK, Alexandra A. Koleno, Marvin F. King, Karen M. Johnson of Portland, OR, Peter H. Hammett, Carl Newman, Karen P. Dever, Deanna M. Meyer,Jill Wallace, Stuart A. O'Farrell, Susan B. Larson,April L. Champagne of Bellevue, WA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �tY 1!•U9 ' �APY FERL IN �p�1 EPS /�ctt°��°r','+rb�*a scar �'«►r'�$ �� 4��E 9 B 7d�as � �V��$ �d�+cawWf rs X0'1 L °."��,roy�1� �;X Hcavowtr� i ger►d dr �: e�:`.,rlerncr•,� ' hall,+1' � t Sgg9 �E` 3°?,Ig�9 * �' ' F�. �.e..r'`.;a9�' ���oe�tN�tl �b�A .eon+0 S�J • � '"trwo,s''+o r0'�..«..+�'�'?� ��9'� Paul A.Bergenholtz,Assistant Secretary David T.Akers,Assistant Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. rr°'�titRr� r-� •�►URtc ■ Scott E.Paseka Notary Public CERTIFICATE My Commission Expires October 31,2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of Signed and sealed at the City of Hartford. Y1 y� Eu IN P^1LPT i ow. (AN RttM1ty p, yoy $O' r �� : Eeeone.rri: i �var I" rcr. 'ti: r` abur v AMw -, a�•�x,loncr"o i•aluE��' � i 1879 °; 1814 Fo- • �95Ln„r,\�%'- �"'w�rn brA r AO�y J • * •`„iltno,s' /� rtNU�('� � •.,,rtoR�%' A iw...rJ�'--._ —_....__..... ..._. Gary W.Stumper,Assistant Vice President POA 2004 i i Obligee's/Insured's Name CITY OF RENTON Obligee's/Insured's Mailing Address 1055 SOUTH GRADY WAY RENTON, WA 98055 Bond/Policy Number 52BCSCQ3573 IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS -- TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by Federal Law. Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily-established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion. The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. Terrorism premium: I $0 Form B-3333-0 Pagel of 1 © 2002, The Hartford ,Cy CITY OF RENTON FAIR PRACTICES POLICY -- AFFIDAVIT OF COMPLIANCE aw ' L A L i A C°°n A4,VV hereby confirms and declares that (Name of contractor/subcontractor/consultant) i I. It is the policy of R• L. A114 (!�oM AW 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. . L. A t_1' t%enA to complies with all applicable (Name of contractor/subcontractor/consultant) r federal, state and local laws governing non-discrimination in employment. 11. When applicable, 9, L. 4,-,,4 Co✓ne�n/ will seek out and +r (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. RicH4kp L. A-14 Print Agent/Repre ntative's Name /t'CS�Dc=7✓ Print Ag nt/R ntative's Title Agent/Representative's Signature / - 3 - 4 5 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include "' or attach this document(s)with the contract. i i i CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT,made and entered into this a5'1" _day of ' 200 .by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and R.L.Alia Company ,hereinafter referred to as CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 90 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 CAG-04-143) for improvement by construction and installation of. 2004 Lift Station Rehabilitation Proiect. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements ..� of or arising under the Contract. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans •• f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Technical Specifications, if any .. OW 3 If the Contractor refuses or fails to rosecute the work or any y 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 r" 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 'r written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be r 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 ,r and perform the Contract, provided, however, that if the surety within fifteen (15) &Ys after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects,may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment,plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless 4W otherwise specifically provided for in this Contract. In the event the City shall,without fault on its part,be made a party to'any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable .. attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the °1 City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and • employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or OW employees. OW `. "' 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by am 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 ,W Contract final execution, and shall complete the full performance of the Contract not later than 90 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. `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 or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and _ unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. aw 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. r r 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $118,809.60 numbers One Hundred-Eighteen Thousand-Eight Hundred-Nine and 60/100 written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. O ACTOR CITY OF RE,N1TON so President/Partner/ r Mayor athy Keolker-Wheeler ATTEST tC11tii�t. , L )dA�� .. Secretary Bonnie I . Walton. City Clerk dba /p•L. 4L-t,4 .. Firm Name check one ❑ Individual ❑ Partnership ® Corporation Incorporated in A10Vtt-W1969?- //P,7(l i ,.. 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. ow i r le, of Aha (fornparry GENERAL CONTRACTORS PUMPING STATIONS 107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION RENTON, WA 98055 E-MAILADDRESS: rlaliaco @mindspring.com CONCRETE STRUCTURES (425) 226-8100 OFFICE UNDERGROUND UTILITIES a (425)226-8649 FAX LARGE DEWATERING EQUIPMENT Resolution of Board of Directors s A special meeting of the directors was held on January 3, 2005 at the Corporate Offices at 107 Williams Ave S., Renton, WA. All directors were present. Chairman Richard L. Alia presided over the meeting. R. L. Alia Company was successful low bidder on 2004 Lift Station Rehabilitation Project for City of Renton, WA. Renton has awarded said project to R. L. Alia Company. i RESOLVED: 1) R. L. Alia Company shall enter int contract with City of Renton to construct said project. 2) Persons authorized to sign the co r t on behalf of R. L. Alia Company include: Richard L. 3) Persons authorized to sign chang o ers on behalf of R. L. Alia Company include: ,., Richard L. Alia.--'' .. Gary J. Pankiewicz •� Mark Baker There being no further business, the meeting was adjourned. AGREED AND CONSENTED TO: R. L. Alia Comp y i Richard L. Alia, Date President, Chairman and Sole Shareholder CONTRACTOR'S LICENSE NUMBER RL-AL-IC* 104PT r.. �a o 3 Worn CQ O M Q Q Pam ,7. WW W ri rl rn H E-4 Pa U) N CA rx W o W Ln d Pa Zi= H wU) CW7` PUEW1 P, HaQ ov� rn w Wo f:� D� > H E-H W H Z H r+ W rC3O C) 1:14 � r Q moo ,, UW � Ha 4 At (S. AM Yp N L —L CIO O _ 3 c ° s cu 0 N U) a o N ,' N O C N o U L) 3 c o U aci T ca O = � � T8 - r� N O E J U D1. N C y �p r N 'j CO LO C U 0 O O :s U C C .� i 0 CO . C C 0 C O 7 w Cc Lo o N C M (n " C .5 O_ 7 C 0) '0 M N '�- O . CD a> m N'O J c fn C C4 W a) .� > U -p p � (9 L O .B N d r" (n a) cc a , 3ma) :� o � Z _ O N c ~ U .°. W aU o L 7 N r- N (D p V N C U N � O � w E O C (0 U « M dw C O ,N p. 0 .- N U d 2L .- O•V 'o dN CL .� W (n Z (n U Z _ m " v w 2 i J Z z o LO WN �y 0') ci� 00 w O O w = ao r 00 D D J O p 3 VQ _3 � Q m r R QLo Q Aw � � w i Client#: 570 ALIACOMP ACORD- CERTIFICATE OF LIABILITY INSURANCE DATE( 5 DD/YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Parker Smith & Feek, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bellevue Office HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2233 112th Avenue NE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bellevue,WA 98004 INSURERS AFFORDING COVERAGE INSURED INSURER Zurich American Insurance Co. R. L. lia Company INSURER B: Zurich American Insurance Co. Re Williams Ave. S. INSURER C: Zurich American Insurance Co. Renton,WA 98055 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE MM/DD/YY DATE MM/DD/YY LIMITS A GENERAL LIABILITY CP0286246702 10/01/04 10/01/05 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $300,000 CLAIMS MADE 5_1( OCCUR MED EXP(Any one person) $10,000 ' PERSONAL&ADV INJURY $1 000 000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIM IT APPLIES PER: PRODUCTS-COMP/OPAGG $21000000 I POLICY X PRO LOC JECT B AUTOMO ILE LIABILITY CP0286246702 10/01/04 10/01/05 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY ' SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) • GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ w EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ _ DEDUCTIBLE $ RETENTION S $ C WORKERS COMPENSATION AND CP0286246702 110/01/04 10/01/05 WC STATU- OTH- EMPLOYERS'LIABILITY I T E.L.EACH ACCIDENT $1,000,000 CI"J��. LIAB. UIVL'i E.L.DISEASE-EA EMPLOYEE $1,00,000 E.L.DISEASE -POLICY LIMIT $1,000,000 OTHER i DESCRIPTION OF OPERATIONS/LOCATIONS✓VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: 2004 Lift Station Rehabilitation Project. City of Renton is included as additional insured and coverage is primary and non contributory per endorsement U-GL-1175-A CW(09/03). Waiver of subrogation applies per Endorsement CG2404, Edition Date 10 93. CERTIFICATE HOLDER X I ADDITIONAL INSURED;INSURER LETTER: AB CANCELLATION SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF RENTON DATE THEREOF, THE ISSUING INSURER WILLJXR TO MAIL 4_5 DAYS WRITTEN 1055 South Grady Way NOTICE TO THE CERTIFICATE HOLD ER NAM ED TOTHELEFT,)M"Xx4)0(K)00WSHALL Renton,WA 98055 INSURERJTS AGENTS OR x{RR9H67EKWIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97)1 Of 2 #S24177/M18436 DLP00 O ACORD CORPORATION 1988 t 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. ACORD25-S(7/97)2 of 2 #S24177/M18436 Additional Insured-Automatic - Owners, Lessees Or Contractors Broad Form ZURICH Policy No. Eff. Date of Pot. Exp. Date of Pot. Eff.Date of End. Producer Add'1.Prem Return Prem. CP0286246702 10/01/2004 10/01/2005 10/01/2004 73791000 $N/A $N/A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. WHO IS AN INSURED(Section B)is amended to include as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to additional insureds applies only to"bodily injury", "property damage"or"personal and advertis- ing injury" covered under Section 1, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY,but only if: 1. The"bodily injury"or "property damage"results from your negligence;and 2. The"bodily injury", "property damage" or"personal and advertising injury"results directly from: a. Your ongoing operations;or b. "Your work"completed as included in the"products-completed operations hazard", performed for the additional insured,which is the subject of the written contract or written agreement. C. However,regardless of the provisions of paragraphs A.and B.above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy;or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement;and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy;or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: 1. "Bodily injury", "property damage"or"personal and advertising injury"that results solely from negligence of the addi- tional insured;or U-GL-1175-A CW(9/03) Includes copyrighted material of Insurance Services Office,Inc.with its permission. Page 1 of 2 ALIACOM P\CERT04(E01) 2. 'Bodily injury", "proper, image" or"personal and advertising injury" ing out of the rendering or failure to render any professional architectural,engineering or surveying services including: a. The preparing,approving,or failing to prepare or approve maps,shop drawings,opinions,reports,surveys,field - orders,change orders or drawings and specifications;and b. Supervisory,inspection,architectural or engineering activities. E. The additional insured must see to it that= 1. We are notified as soon as practicable of an"occurrence"or offense that may result in a claim: 2. We receive written notice of a claim or"suit"as soon as practicable;and - 3. A request for defense and indemnity of the claim or"suit''will promptly be brought against any policy issued by an- other insurer under which the additional insured also has rights as an insured or additional insured. F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other in- surance available to any additional insured person or organization unless the other insurance is provided by a contractor other than you for the same operations and job location. Then we will share with that other insurance by the method de- scribed in paragraph 4.c.of SECTION IV-CONEMRCIAL GENERAL LIABILITY CONDITIONS. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as writ- ten. U-GL-1175-A CW(9/03) Page 2 of 2 ALIACOMMERT04(E01) I City of Renton Human Resources & Risk Management Department Insurance Information Form Aw FOR: 2004 Lift Station Rehabilitation Project PROJECT NUMBER:WWP-27-2987 STAFF CONTACT: Michael Benoit 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? Cr C/ – 16 `W (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 Additional Insured wording provided?* Yes ❑ No r Coverage on a primary basis and non-contributing basis?* Yes ❑ No Waiver of Subrogation Clause applies?* Yes ❑ No r Severability of Interest Clause(Cross Liability)applies? OYes ❑ No Notice of Cancellation/lmwal amended to 45 days?* Yes ❑ No *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER .. GL < V` Auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend,extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON,at its option,shall obtain copies of the policies and/or specific dec ration pages FROM awarded bidder prior to execution of contr c . Agency/Broker Compl ted By(Type or P ' t Name) fi > .z %L Address t Completed By(Signature) � � �6 �. GCS � L- �-'— �12,�;-) -,76��7 - J& s- ,� Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE r PREVAILING MINIMUM HOURLY WAGE RATES .. ow i RATES DOC\ .w ' State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $32.61 1N 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $39.87 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $39.11 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $38.95 1M 5D CARPENTER $38.95 1M 5D CREOSOTED MATERIAL $39.05 1M 5D DRYWALL APPLICATOR $39.63 1 M 5D FLOOR FINISHER $39.08 1M 5D FLOOR LAYER $39.08 1M 5D FLOOR SANDER $39.08 1M 5D MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 5D ' PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $39.15 1M 5D SAWFILER $39.08 1M 5D SHINGLER $39.08 1M 5D STATIONARY POWER SAW OPERATOR $39.08 1M 5D STATIONARY WOODWORKING TOOLS $39.08 1M 5D CEMENT MASONS JOURNEY LEVEL $40.01 1M 5D DIVERS&TENDERS DIVER $80.62 1M 5D 8A DIVER TENDER $41.72 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $39.52 1B 5D 8L ASSISTANT MATE(DECKHAND) $38.76 1B 5D 8L BOATMEN $39.52 1B 5D 8L ' ENGINEER WELDER $39.57 1B 5D 8L LEVERMAN,HYDRAULIC $41.04 1B 5D 8L MAINTENANCE $38.76 1B 5D 8L MATES $39.52 1B 5D 8L OILER $39.16 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $39.44 11 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Page 1 ai KING COUNTY ' Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $49.51 1D 6H CABLE SPLICER(TUNNEL) $53.31 1D 6H CERTIFIED WELDER $47.79 1D 6H CERTIFIED WELDER(TUNNEL) $51.41 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H +rw JOURNEY LEVEL $46.06 1D 6H JOURNEY LEVEL(TUNNEL) $49.51 1D 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $49.54 4A 5A CERTIFIED LINE WELDER $45.15 4A 5A GROUNDPERSON $32.63 4A 5A HEAD GROUNDPERSON $34.43 4A 5A HEAVY LINE EQUIPMENT OPERATOR $45.15 4A 5A JACKHAMMER OPERATOR $34.43 4A 5A JOURNEY LEVEL LINEPERSON $45.15 4A 5A w- LINE EQUIPMENT OPERATOR $38.37 4A 5A POLE SPRAYER $45.15 4A 5A POWDERPERSON $34.43 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS .. JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11.60 2K 6S FENCE ERECTORS ' FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $27.93 IN 5D GLAZIERS ' JOURNEY LEVEL $39.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $41.93 1F 5E HEATING EQUIPMENT MECHANICS ' MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $33.09 IN 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 ' INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $35.14 1K 5B COOK $30.11 1K 5B DECKHAND $29.09 1K 5B ENGINEER/DECKHAND $31.66 1K 5B MATE,LAUNCH OPERATOR $33.24 1K 5B Page 2 KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note ' Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 ' INSULATION APPLICATORS JOURNEY LEVEL $38.95 1M 5D IRONWORKERS JOURNEY LEVEL $43.12 1B 5A LABORERS ASPHALT RAKER $33.09 IN 5D BALLAST REGULATOR MACHINE $32.61 IN 5D BATCH WEIGHMAN $27.93 IN 5D BRUSH CUTTER $32.61 IN 5D BRUSH HOG FEEDER $32.61 IN 5D BURNERS $32.61 IN 5D CARPENTER TENDER $32.61 1N 5D CASSION WORKER $33.45 IN 5D CEMENT DUMPER/PAVING $33.09 IN 5D CEMENT FINISHER TENDER $32.61 IN 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $32.61 IN 5D CHIPPING GUN(OVER 30 LBS) $33.09 IN 5D CHIPPING GUN(UNDER 30 LBS) $32.61 IN 5D CHOKER SETTER $32.61 IN 5D CHUCKTENDER $32.61 1N 5D CLEAN-UP LABORER $32.61 IN 5D CONCRETE DUMPER/CHUTE OPERATOR $33.09 IN 5D CONCRETE FORM STRIPPER $32.61 IN 5D CONCRETE SAW OPERATOR $33.09 1N 5D CRUSHER FEEDER $27.93 IN 5D CURING LABORER $32.61 1N 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $32.61 1 N 5D DITCH DIGGER $32.61 IN 5D DIVER $33.45 1N 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.09 1N 5D DRILL OPERATOR,AIRTRAC $33.45 1N 5D DUMPMAN $32.61 IN 5D EPDXY TECHNICIAN $32.61 1N 5D EROSION CONTROL WORKER $32.61 IN 5D FALLER/BUCKER,CHAIN SAW $33.09 IN 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $25.61 IN 5D construction debris cleanup) FINE GRADERS $32.61 IN 5D FIRE WATCH $27.93 IN 5D FORM SETTER $32.61 IN 5D GABION BASKET BUILDER $32.61 IN 5D GENERAL LABORER $32.61 IN 5D GRADE CHECKER&TRANSIT PERSON $33.09 IN 5D GRINDERS $32.61 IN 5D GROUT MACHINE TENDER $32.61 IN 5D Page 3 1k KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $32.61 IN 5D HAZARDOUS WASTE WORKER LEVEL A $33.45 1N 5D HAZARDOUS WASTE WORKER LEVEL B $33.09 IN 5D HAZARDOUS WASTE WORKER LEVEL C $32.61 IN 5D HIGH SCALER $33.45 IN 5D HOD CARRIER/MORTARMAN $33.09 IN 5D JACKHAMMER $33.09 IN 5D LASER BEAM OPERATOR $33.09 1 N 5D MANHOLE BUILDER-MUDMAN $33.09 IN 5D MATERIAL YARDMAN $32.61 1N 5D MINER $33.45 1N 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.09 IN 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $33.09 IN 5D PILOT CAR $27.93 IN 5D , PIPE POT TENDER $33.09 IN 5D PIPE RELINER(NOT INSERT TYPE) $33.09 IN 5D PIPELAYER&CAULKER $33.09 IN 5D PIPELAYER&CAULKER(LEAD) $33.45 IN 5D PIPEWRAPPER $33.09 IN 5D POTTENDER $32.61 IN 5D POWDERMAN $33.45 IN 5D POWDERMAN HELPER $32.61 IN 5D POWERJACKS $33.09 IN SD RAILROAD SPIKE PULLER(POWER) $33.09 IN 5D RE-TIMBERMAN $33.45 IN 5D RIPRAP MAN $32.61 IN 5D RODDER $33.09 IN 5D SCAFFOLD ERECTOR $32.61 IN 5D SCALE PERSON $32.61 IN 5D SIGNALMAN $32.61 IN 5D SLOPER(OVER 20") $33.09 IN 5D SLOPER SPRAYMAN $32.61 IN 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $33.09 IN 5D o„ SPREADER(CONCRETE) $33.09 IN 5D STAKE HOPPER $32.61 IN 5D STOCKPILER $32.61 IN 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.09 IN 5D TAMPER(MULTIPLE&SELF PROPELLED) $33.09 IN 5D TOOLROOM MAN(AT JOB SITE) $32.61 IN 5D TOPPER-TAILER $32.61 IN 5D TRACKLABORER $32.61 IN 5D TRACK LINER(POWER) $33.09 IN 5D TRUCK SPOTTER $32.61 1 N 5D TUGGER OPERATOR $33.09 IN 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $32.61 IN 5D VIBRATOR $33.09 IN 5D VINYL SEAMER $32.61 IN 5D WELDER $32.61 1N SD , WELL-POINT LABORER $33.09 IN 5D Page 4 KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $32.61 1N 5D PIPE LAYER $33.09 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $39.63 1M SD MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 + MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $30.76 2B 5A PLASTERERS t JOURNEY LEVEL $39.93 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $48.86 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $37.26 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.88 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $40.34 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.86 IT 5D 8L BACKHOES, (75 HP&UNDER) $39.49 IT 5D 8L BACKHOES, (OVER 75 HP) $39.88 IT 5D 8L BARRIER MACHINE(ZIPPER) $39.88 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $39.88 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $39.49 IT 5D 8L BOBCAT $37.26 IT 5D 8L BROOMS $37.26 IT 5D 8L BUMP CUTTER $39.88 IT 5D 8L CABLEWAYS $40.34 IT 5D 8L CHIPPER $39.88 IT 5D 8L COMPRESSORS $37.26 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $37.26 IT 5D 8L CONCRETE PUMPS $39.49 IT 5D 8L Page 5 KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 IT 5D 8L CONVEYORS $39.49 IT 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $39.49 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $39.88 IT 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $40.34 IT 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.86 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $41.40 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $37.26 1T SD 8L CRANES,A-FRAME,OVER 10 TON $39.49 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.92 IT 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.88 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $40.34 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.86 IT 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $40.86 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $41.40 IT 5D 8L CRUSHERS $39.88 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $39.88 IT 5D 8L DERRICK,BUILDING $40.34 IT 5D 8L DOZERS,D-9&UNDER $39.49 IT 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $39.49 IT 5D 8L DRILLING MACHINE $39.88 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $37.26 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $39.49 IT 5D 8L FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $39.88 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $39.49 IT 5D 8L ' FORK LIFTS,(UNDER 3000 LBS) $37.26 IT 5D 8L GRADE ENGINEER $39.49 IT 5D 8L GRADECHECKER AND STAKEMAN $37.26 IT 5D 8L GUARDRAIL PUNCH $39.88 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $39.49 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $39.49 IT 5D 8L ww HORIZONTAL/DIRECTIONAL DRILL OPERATOR $39.88 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $37.26 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $39.49 IT 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $40.34 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $40.86 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.88 IT 5D 8L LOCOMOTIVES,ALL $39.88 IT 5D 8L MECHANICS,ALL $40.34 IT 5D 8L MIXERS,ASPHALT PLANT $39.88 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $39.88 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $39.49 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $40.34 IT 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 IT 5D 8L OPERATOR PAVEMENT BREAKER $37.26 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $39.88 IT 5D 8L PLANT OILER(ASPHALT,CRUSHER) $39.49 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $37.26 IT 5D 8L Page 6 .a ' KING COUNTY Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code POWER PLANT $37.26 IT 5D 8L PUMPS,WATER $37.26 IT 5D 8L QUAD 9,D-10,AND HD-41 $40.34 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 IT 5D 8L EQUIP RIGGER AND BELLMAN $37.26 IT 5D 8L ROLLAGON $40.34 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $37.26 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $39.49 IT 5D 8L ROTO-MILL,ROTO-GRINDER $39.88 IT 5D 8L SAWS,CONCRETE $39.49 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.88 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $40.34 IT 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $39.49 IT 5D 8L. SCREED MAN $39.88 IT 5D 8L SHOTCRETE GUNITE $37.26 IT 5D 8L SLIPFORM PAVERS $40.34 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.88 IT 5D 8L SUBGRADE TRIMMER $39.88 IT 5D 8L. TOWER BUCKET ELEVATORS $39.49 IT 5D 8L TRACTORS,(75 HP&UNDER) $39.49 IT 5D 8L TRACTORS,(OVER 75 HP) $39.88 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $39.88 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $40.34 IT 5D 8L TRENCHING MACHINES $39.49 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $39.49 IT 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.88 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $37.26 IT 5D 8L YO YO PAY DOZER $39.88 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.06 4A 5A SPRAY PERSON $31.34 4A 5A TREE EQUIPMENT OPERATOR $31.76 4A 5A TREE TRIMMER $29.48 4A 5A o TREE TRIMMER GROUNDPERSON $21.94 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $46.41 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $39.44 11 5B RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 Page 7 l KING COUNTY , Effective 09-01-04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code , RESIDENTIAL GLAZIERS JOURNEY LEVEL $26.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18°12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $46.41 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $32.24 113 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $26.43 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $37.03 1H 5A ROOFERS JOURNEY LEVEL $34.53 1R 5A r USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $46.74 1.1 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $25.15 1B 6W CARPENTER $28.05 16 6X ELECTRICIAN $26.85 1B 6X HEAT&FROST INSULATOR $41.93 1F 5E LABORER $26.92 1B 6X wo MACHINIST $27.77 1B 6X OPERATOR $31.11 1B 6X PAINTER $28.01 1B 6X PIPEFITTER $35.77 1B 6X i+ RIGGER $23.88 1B 6X SANDBLASTER $27.97 16 6X SHEET METAL $23.88 1B 6X SHIPFITTER $27.45 1B 6X TRUCKER $27.54 1B 6X WAREHOUSE $27.50 113 6X WELDER/BURNER $23.88 16 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $32.24 1B 5A ' Page 8 KING COUNTY Effective 09-01-04 +++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++ >� (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $48.19 1B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS 1 CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $28.29 2B 5A HOLE DIGGER/GROUND PERSON $15.91 2B 5A INSTALLER(REPAIRER) $27.13 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.32 2B 5A SPECIAL APPARATUS INSTALLER 1 $28.29 2B 5A SPECIAL APPARATUS INSTALLER II $27.72 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.29 2B 5A sw TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.32 2B 5A TELEVISION GROUND PERSON $15.10 213 5A TELEVISION LINEPERSON/INSTALLER $20.11 2B 5A TELEVISION SYSTEM TECHNICIAN $23.80 2B 5A TELEVISION TECHNICIAN $21.43 26 5A TREE TRIMMER $26.32 26 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $37.03 1H 5A TILE,MARBLE&TERRAZZO FINISHERS wo FINISHER $30.86 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $31.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $36.89 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $37.47 IT 5D 8L DUMP TRUCK $36.89 IT 5D 8L DUMP TRUCK&TRAILER $37.47 IT 5D 8L OTHER TRUCKS $37.47 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 r1► s Page 9 t� sw 6 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Department of Labor and Industries STATEMENT OF INTENT TO �6 sure Prevailing Wage 4 PAY PREVAILING WAGES (360)902-5335 Public Works Contract www.lni.wa.gov/prevailing wage t�°°°''�Y $25.00 Filing Fee Re wired •This form must be typed or printed in ink. Project Name Contract# •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# 1 County where work will be performed I City where work will be performed Bid due date (m/d/y) Date contract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Do you intend to use subcontractors? Do you intend to use apprentices? -- 13 Yes Q No Yes No Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no. Hourly Pay fringe benefits of workers P1 i1r Company name address,city,state,ZIP+4 Indicate total dollar amount _._..__..__..._..... _ .__.._ of your contract $ 1 hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature Email address Phone number 4 .r ,FAe.I diLUsc,On15. i �z f For L&1.Use Only Check Number. Amount APPROVED: Department of Labor and Industries Issued By: BY Industrial Statistician ' After APPROVAL, send white copy to Awarding Agency, F700-029-000 statement of intent to pay prevailing wages 2-02 Canary copy-L&1 t t 1 1 1 1 1 1 1 1 1 1 1 1 1 Department of Labor and Industries o,£s<BTe A AFFIDAVIT OF WAGES PAID Prevailing Wage (360)902-5335 s Public Works Contract www.ini.wa.gov/prevaling wage "1 BB9��y $25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name contract a •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) APPROVED FORM WILT,BE MAILED TO T'HIS'ADDRES4 Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone# ICounty where work was performed City where work was performed Bid due date (m/d/y) Date contract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed (m/d/y) Craft/trade/occupation and apprentices(For apprentices,give name, Number Total#hrs Rate of Rate of hourly registration#,trade,dates of work on project and stage of progression) of Workers worked-ea trade Hourly Pay fringe benefits +rp i E Company name address,city,state ZIP+4 Indicate total dollar amount of your contract $ I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature Email address Phone number FoI!f.&1< ( ,. wa 4 s _ Chcck Number: Amount: r CERTIFIED: Department of Labor and Industries Issued By: Al By Industrial Statistician =J F700-007-000 affidavit of wages 2-02 After APPROVAL. send white copy to Awarding Aged. Canary copy-L&1 1 1 1 1 1 i 1 1 1 1 i 1 1 1 1 1 1 1 r CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: IRef: Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor& Industries. This form will be executed and submitted prior to or with the last pay request. ar fs Company Name .r By: 60 Title: • List of Subcontractors: �1 18 INTNT.DOC\ i 4, °r P C' aiM WYY tlW W eYY CITY OF RENTON �. SUPPLEMENTAL SPECIFICATIONS SUPSPI C O()C ' CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans s created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. All replacement text or text being added is shown as underlined type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division I APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the ' Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. r. Page-RS-i Revision Date: May 19, 1997 1 1 1 1 i 1 1 1 1 1 1 1 1 i 1 1 1 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i Division1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms..................................................................................................... 1 1-02 Bid Procedures and Conditions.......................................................................................... 2 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work..........................................................................................................3 1-05 Control of Work............................................................................................................3 1-06 Control of Material.........................................................................................................7 1-07 Legal Relations and Responsibilities to the Public.................................................................. 7 1-08 Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................19 t: Division2 Earthwork.........................................................................................................................22 ® 2-02 Removal of Structures and Obstructions.............................................................................22 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 2-06 Subgrade Preparation ....................................................................................................23 2-09 Structure Excavation......................................................................................................23 1W Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25 3 No supplemental specifications were necessary........................................................................25 Division4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 Division5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement.............................................................................................26 Division6 Structures..........................................................................................................................29 .� 642 Rockeries..:.................................................................................................................29 Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers,Water Mains, and Conduits.............................30 7-01 Drains........................................................................................................................30 7-02 Culverts.....................................................................................................................30 7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.....................:...................................30 7-04 Storm Sewers........................................................................ 30 ...................................... 7-05 Manholes, Inlets,and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements 7-10 Trench Exc.,Bedding, and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains ....................................................................................34 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers...........................................................................................................39 Division8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................40 8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination, Traffic Signal Systems, and Electrical .41 8-22 Pavement Marking........................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 t_ Page-RS-ii Revision Date:May 19, 1997 1 1 1 1 1 1 1 1 1 i 1 1 1 1 i 1 1 1 Division 9 Materials................... ............49 ............................................................................................ 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts, and Conduits.......................................................................50 9-06 Structural Steel and Related Materials ..............................................................................51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 9-29 Illumination,Signals,Electrical........................................................................................52 9-30 Water Distribution Materials...........................................................................................58 INDEX TO WSDOT AMENDMENTS ......................................................................................................60 WSDOT AMENDMENTS......................................................................................................60 l f. Page-RS-iii Revision Date:May 19, 1997 1 1 1 1 i 1 1 1 1 1 i 1 1 1 1 1 1 t 1-01 Definitions and Terms 1-01 Definitions and Terms im" Department shall also refer to the Department of Division 1 Planning/Building/Public Works Administrator. Special Provisions(RC) — General Requirements odifications to the standard specifications ^Ad the ^ cnd;^ints to the tram:.. speci€+ca�ieus and supplemental specifications that apply to an individual project. The special provisions may describe work the 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The SECTION 1-01.1ISREVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid i' rp tees. 1-01.1 General (RC) State(RC) Whenever reference is made to the State, Commission, The state of Washington acting through its representatives. Department of Transportation, Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees, and duly authorized representatives for all contracts The component parts of the contract which may include but administered by the City of Renton, are not limited to, the Proposal Form, the Contract Form bonds insurance certificates, various other certifications and affidavit. the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum and 1-01.3 Definitions (RC, APWA) Change Orders. Dates(APWA) Act of god(RC) Bid Opening Date(APWA) "Act of God" means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature. A rain, windstorm, high water reads the bids. or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work, which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. ® be construed as an act of god. Contract Execution Date (APWA) Consulting Engineer (RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) Agency. The date stated in the Notice to Proceed on which the Contract Day(RC) time begins. Unless otherwise designated, day(s) as used in the Contract Contract Completion Date(APWA, RC) Documents shall be understood to mean working days. The date by which the work is contractually required to be Or Equal (RC) completed. The Contract Completion Date will be stated in the Where the term "or equal" is used herein, the Contracting Notice to Proceed. Revisions of this date will be authorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date (APWA, RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations or other information required to obtain the as complete per contract requirements. approval of alternative materials or processes by the Owner shall Material (APWA) a be entirely borne by the Contractor. Any substance specified for use in the construction of the Owner (RC) project and its appurtenances which enters into and forms a part of The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. Plans(RC) Materialman(APWA) The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material, character, and dimensions of prescribed work including layouts, supply, commodity, equipment or manufactured or fabricated profiles, cross-sections,and other details. product and does not perform labor at the Proiect Site; a supplier. Drawings may either be bound in the same book as the Notice of Award (APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the are a part of the Contract Documents, regardless of the method of successful Bidder signifying the Contracting Agency's acceptance binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with thi Work and establishing the date on which the Secretary, Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other ® authorized representatives. The chief executive officer to the i- Page-SP-1 Revision Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a FOLLOWING: waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.1 Qualifications of Bidder (APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience, financing, FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals (APWA) Contract Documents. The Contracting Agency_reserves the right to , take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by include a pre qualification procedure prior to the Bidder being addenda. furnished a proposal form on any contract or a preaward survey of ' SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS: the Bidder's qualifications prior to award. SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RC) FOLLOWING. a. The bidder is not prequalified when so required; 1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as to where Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) the Contracting Agency's official newspaper. 3. A bidder is not prequalified for the work or to the full SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; SENTENCE I, PARAGRAPH I TO READ: 1-02.4(2) Subsurface Information (APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids_(RC, APWA) bidders. The total of extensions, corrected where necessary, and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the , FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Alternates, Additives, or Deductives, if such be to the advantage of or special provisions. The City reserves the right however to the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Proposal Forms unless discretion. otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION I-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-03.2 Award of Contract (RC) 1-02.6 Preparation of Proposal (RC) The contract bond form and all other forms requiring All prices shall be in legible figures and(P."-words3 written in execution together with a list of all other forms or documents ink or typed. The proposal shall include: required to be submitted by the successful bidder, will be 1. A unit price for each item (omitting digits more than four forwarded to the successful bidder within 10 days of the award. places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be be written in words; where a conflict arises the written words shall determined by the Contracting Agency. prevail. SECTION I-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS. SECTION. 1-03.3 Execution of Contract (APWA, RC) 1-02.6Q) Proprietary Information (RC) Within 29 10 calendar days after receipt from the City of the Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the material(s) which constitute "(valuable) formula, designs, Contracto , the successful bidder shall return the drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award t- Page-SP-2 Revision Date:May 19, 1997 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 29 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: Contracting Agency deems the circumstances warrant it. 1-04.4 Changes (RC) The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess-a valid City of Renton business license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS: When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC) number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion be (; Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum,' shall SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE be full compensation for all work, equipment and materials FOLLOWING TO THE FIRST PARAGRAPH: required to perform final cleanup. If this pay item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further 5. Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work sign official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS. president or vice-president unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (RC) corporation(i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be 1-04 Scope of the Work on sheets measuring '24 by 3,6_M by 34 inches or on sheets with P dimensions in multiples of 8-1/2 by 11 inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-04.1 Intent of the Contract (RC) 1-05.4 Conformity with and Deviations from Plans and Stakes (RC) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the to date The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work including such regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,441 and elsewhere accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer. method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY the specifications. THE FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS. 1-05.5 _Construction Stakes (RC) 1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the r Special Provisions Specifications, and Addenda Contractor shall provide all required survey work including such (RC) work as mentioned in Sections 1-05.4 1-05.5, 1-11 and elsewhere Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs y„ by following this order of precedence (e.g., 1 presiding over 2, 3, for this survey work shall be included in "Contractor Supplied 4,5, 6, and 7; 2 presiding over 3, 4, 5, 6, and 7; and so forth): Surveying," per lump sum. 1. Addenda 1-05.5(1) General (APWA, RCZ 2. Proposal Form 3. Special Provisions The Engineer or Contractor supplied surveyor will provide 4. Contract Plans construction stakes and marks establishing lines slopes and grades 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform 6. Supplemental Specifications. such work per Section 1-11 The Contractor shall assume full 7. Standard Plans responsibility for detailed dimensions elevations and excavation 6.8. Standard Specifications slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. ist. Page-SP-3 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work ' The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade prepared to permit construction staking to proceed in a safe and before offset hubs are set. , orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an Stakes marks and other reference points, including existing experienced team of surveyors under direct supervision of a monumentation set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to , monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable Engineer's line and grade will not be allowed unless the original the Contractor to set grades at reasonably short distances. control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the satisfactory substantiating evidence to prove the error is furnished Drawings. the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls, s the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for any error in alignment or grade. following tolerances_: The Contractor shall provide all surveys required other than 1. Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot (from plan elevations) of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey 1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities. performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate , shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated. of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying(RCS If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall, upon the Surveying the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by sury ey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in Contractor shall be included in the prices bid for the various items writing of any errors discrepancies and omissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the "Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors, included in the contracts. discrepancies and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. 1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes Contractor supplied surveyor will provide as needed, all principal from harm The Contractor shall inform the Surveyor of the lines grades and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points completion of the Work. These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading, records for the project The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 feet, and If the Contractor and Surveyor fail to provide as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications accurate As- utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the max interval). Engineer may elect to'provide at Contractor expense a surveyor to On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor. t- Page-SP-4 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's hft lump sum price for 'Contractor Supplied Surveying." failure to perform the Work as required. 1-05_5(5) Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE RC FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA, RCZ prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by locate by centerline station, offset and elevation each major item of the Contracting Agency, return and in accordance with the work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work 1 L. Maior items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Proiect Site Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not Lights & Standards, Hydrants, Major Changes in Design Grade, promptly comply with the written order to correct defective and Vaults, Culverts, Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting After the completion of the work covered by this contract, the Agency reserves the right to have defective and unauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work." prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the rrr This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 it's accuracy. limiting actions upon a contract in writing, or liability expressed or All costs for as-built work shall be included in the contract implied arising out of a written agreement. item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the THE VACANT SECTION 1-05.8 IS REPLACED BY.• Work. Nothing contained in this paragraph, however, shall defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to Defective and Unauthorized Work (APWA) recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting work within the time specified in a written notice from the Agency. Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all Contract Documents, the Engineer may correct and remedy such subcontracts and material contracts and notice of its provisions work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. Agency forces. Section 1-05.11 is deleted and the first two sentences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an emergency following: situation, the Engineer may have the defective and unauthorized 1-05.11 Final Inspection (APWA) Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An 1-05.11(1) Substantial Completion Date (APWA) ONO emergency situation is any situation which, in the opinion of the When the Contractor considers the work to be substantially Engineer, a delay in its remedy could be potentially unsafe, or complete the Contractor shall so notify the Engineer and request might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be attributable to correcting and remedying defective or unauthorized met: Work, or Work the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and unrestricted S be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and Engineer from monies due, or to become due, the Contractor. Such safety standpoint. direct and indirect costs shall include in particular, but without 2 Only minor incidental work replacement of temporary limitation, compensation for additional professional services substitute facilities or correction or repair work remains to reach required and costs for repair and replacement of work of others physical completion of the work. destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the specific items of work the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to No adjustment in contract time or compensation will be reach physical completion The Engineer may also establish the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally, attributable to the exercise of the Contracting Agency's rights r. Page-SP-5 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work If after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer. , intended use the Engineer, by written notice-to the Contractor, The costs for power, gas, labor, material, supplies and will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system ready for its intended use the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer substantial completion whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. interruption the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE Completion. The Contractor shall provide the Engineer with a FOLLOWING: revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1-05.12 Final Acceptance (APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting Inspection. Agency will establish the Completion Date and certify the Work as 1-05.11(2) Final Inspection Date (APWA) complete. The Final Contract Price may then be calculated. The When the Contractor considers the Work physically complete following must occur before the Completion Date can be and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated: 1. The physical work on the project must be complete. shall request the Engineer to schedule a final inspection. The 2. The Contractor must furnish all documentation required Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer will by the Contract and required by taw, necessary to allow the notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete. A Certificate of Completion for the Work, signed by the Inspection reveals the Work incomplete or unacceptable. The Contracting Agency, will constitute acceptance of the Work. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material. physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency been corrected from unilaterally certifying the Contract complete so the Engineer If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9. 7 days after receipt of the Written Notice listing the deficiencies, SECTION 1-05.13 IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of Upon correction of all deficiencies, the Engineer will notify Contractor (APWA) the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's upon which the Work was considered physically complete. That t;wqualifrcation pursuant to Section 1-02.1 the Contracting Agency date shall constitute the Physical completion date of the Contract, will take these performance but shall not imply all the obligations of the Contractor under the ;h"&-reports into account. Contract have been fulfilled. , SECTION 1-05 IS SUPPLEMENTED BY ADDING THE 1-05.11(3) Operational Testing (APWA) FOLLOWING NEW SECTIONS. It is the intent of the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA) the Work involves the installation of machinery or other The Contractor shall make necessary arrangements and shall mechanical equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance signal systems buildings; or other similar work it may be desirable of the Work. for the Engineer to have the Contractor operate and test the Work for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested oral agreement or conversation with any officer, after or agent, or under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before their acceptability prior to the Physical Completion Date. During execution of the contract shall affect or modify any of the terms or obligations contained in any of the documents comprising the and following the test period,the Contractor shall correct any items contract Such oral agreement or conversation shall be considered of workmanship materials or equipment which proves faulty, or that are not in first class operating condition. Equipment, electrical as unofficial information and in no way binding upon the controls meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing_ during this period, shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical 1- Page-SP-6 Revision Date:May 19, 1997 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE unit bid prices or other contract amounts. In some cases, however, FOLLOWING: state retail sales tax will not be included. Section 1-07.2(3) 1-06.2(2) Statistical Evaluation of Materials for describes this exception. The Contracting Agency will pay the retained percentage only Acceptance if the Contractor has obtained from the Washington State UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate showing that all contract- PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.050). The Contracting USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or the Public not. Any amount so deducted will be paid into the proper State fund. SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related rules, apply to building 1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by The Contractor shall indemnify, defend, and save harmless the the United States, and which are used primarily for foot or Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems Ir„ employees) against any claims that may arise because the within and included as a part of the street or road drainage system Contractor(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system. materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item more stringent regulation shall apply. prices or other contract amounts, including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work. for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170 (APWA) The Contractor shall maintain at the Project Site office, or WAC 458-20-170 and its related rules, apply to the other well known place at the Project Site, all articles necessary for constructing and repairing of new or existing buildings, or other providing first aid to the injured. The Contractor shall establish, structures upon real property. This includes but is not limited to, publish and make known to ail employees, procedures for ensuring the construction of streets roads highways, etc., owned by the immediate removal to a hospital or doctor's care, persons, State of Washington; water mains and their appurtenances; sanitary including employees who may have been injured on the Project sewers and sewage disposal systems unless such sewers and Site Employees should not be permitted to work on the Project disposal systems are within and a part of a street or road drainage Site before the Contractor has established and made known system; telephone telegraph electrical power distribution lines, or procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. power lines become a part of a street or road lighting system; and The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property to efficiency, and adequacy of the Contractor's plant, appliances, and or to real property, whether or not such personal property becomes methods and for any damage or injury resulting from their failure, a part of the realty by virtue of installation. or improper maintenance use or operation. The Contractor shall For work performed in such cases the Contractor shall collect be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract Project Site including safety for all persons and property in the price The Contracting Agency will automatically add this sales performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason, the continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item required or implied duty of the Engineer to conduct construction prices or in any other contract amount subject to Rule 170, with review of the Contractor's performance does not, and shall not, be the following exception. intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax measures in on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the purchase or rental of tools machinery, equipment or consumable SECTION 1-07.2 IS DELETED AND REPLACED BY THE supplies not integrated into the project Such sales taxes shall be FOLLOWING: included in the unit Bid Item prices or in any other contract ® 1-07.2 State Sales Tax (APWA) amount. 1 1-07.2L) Services (APWA) -07.2(1) GENERAL (APWA) The Contractor shall not collect retail sales tax from the The Washington State Department of Revenue has issued Contracting Ageltcy on any contract wholly for professional or special rules on the state sales tax. Sections 1-07.2(1) through 1- other services (as defined in State Department of Revenue_Rules 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust t, Page-SP-7 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10 percent increase in turbidity when the background turbidity is more 1-07.5(2) State Department of Fish and Wildlife&. than 50 NTU; for other classes of waters, refer to WAC 173-201- (APWA, SA) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units those areas, the Contracting Agency will pay pursuant to Section I- and measured with a calibrated turbidimeter. Discharges to a State waterway caused by aggregate washing abQve*,;11 be on—Agat" to Cow 09.4. drainage from aggregate pit sites, and stockpiles or dewatering of pits and excavations shall not increase the existing turbidity of the receiving waters. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before , FOLLOWING NEW SECTION. being discharged into stream or other State waters. Turbidity may be removed by the use of lagoons or holding ponds, settling basins, 1-07.11(11) City of Renton Affidavit of Compliance overflow weir, polymer water treatment, discharging to ground RC surface, by percolation, evaporation or by passing through gravel, Each Contractor Subcontractor, Consultant, and or Supplier sand or fiber filters. shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain 1-07.13(1) General (RC) situations may include netting,mulching with binder, and seeding. Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and be damaged thereby. culverts and other pipes. No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams, or State constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions acceptable to the engineer, the contractor shall be able disposed on land for perculation. Chlorine residual may be reduced to overcome them. chemically with a reducing agent such as sodium thiosulphate. Water shall be periodically tested for chlorine residual. SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for , REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm SECRETARY" OR "STATE" TO READ "CONTRACTING drains streams or other State waters unless separation of petroleum AGENCY." products fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS: for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA , RC) 5 Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adjacent to If done according to the approved plan or the Engineer's waterways The storage shall be made in dike tanks and barrels orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut-off and measured and paid for pursuant to Section 4-0.9,41-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be the lump sum item for "Temporary Water Pollution/Erosion provided on hoses Oil and chemicals shall be dispensed only Control.: during daylight hours unless the dispensing area is properly lighted. If no pay item appears in the contract for 'Temporary Water Disposal of waste shall not be allowed on oil and chemical spills. Pollution/Erosion Control" then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be equipment used to complete the work shall be considered incidental provided on valves, pumps, and tanks. to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair ' shall be made. or relocation work is required the Contractor shall provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line. Sanitary sewer flow this temporary work shall include, but is not limited to, the shall be pumped out collected and hauled by tank truck or following water quality considerations: pumped directly to a sanitary system manhole for discharge. The ' 1. Turbid Water Treatment Before Discharge: existing sewers shall Abe maintained by the Contractor without Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In discretion of the Engineer; for Lake Class Receiving Waters, addition the excavated materials adjacent to and around a rupture turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and over background conditions; for Class AA and Class A Waters, I, Page-SP-8 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public l�r deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment plant. easements or rights-of-way. Damage to existing structures outside of easement areas 1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity h" SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or FOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work 1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets (traveled ways) used by him property. if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor with the right of access to such lands. The contractor shall not shall so inform_ the Contracting Agency. The Contracting Agency unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. paid by the contractor. The contractor shall provide, with no liability to the The contractor is responsible for identifying and Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration all access roads detour roads, or other temporary work as required Requirements, which is available at the Public Works Department by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal storage of material and operation of his workers to those areas Building,200 Mill Avenue South. shown and described and such additional areas as he may provide. A. General. All construction work under this contract on SECTION 1-07.17 IS SUPPLEMENTED BY ADDING: easements right-of-way,over private property or franchise, shall be 1-07.17 Utilities and Similar Facilities (APWA, RC) confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW disturbance and a minimum amount of damage. The contractor 19.122 an act relating to underground utilities and prescribing shall schedule his work so that trenches across easements shall not penalties, the Contractor shall: be left open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field open for more than 48 hours. location of the utilities; B. Structures. The contractor shall remove such existing Call Before You Dig IN structures as may be necessary for the performance of the work and, if required shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. 1-800-424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and and "' other surface improvements which are damaged by actions of the 2 not begin excavation until all known underground contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without construction area and stockpile it in such a manner that it may be uncovering measuring or other verification. If a utility is known replaced by him upon completion of construction. Ornamental or suspected of having underground facilities within the area of the trees and shrubbery shall be carefully removed with the earth proposed excavation and that utility is not a subscriber to the surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give original positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be If in the prosecution of the work it becomes necessary to replaced by the contractor with material of equal quality at no interrupt existing surface drainage sewers underdratns,_eonduit, additional cost to the Contracting Agency. In the event that it is utilities similar underground structures, or parts thereof, the necessary to trench through any lawn area, the sod shall be contractor shall be responsible for and shall take all necessary carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same. backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall at his own expense repair all damage to means,of all earth and debris. such facilities or Structures due to this construction operation to the satisfaction of the City except for City owned facilities which will The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense, or by all work including excavation and backfill, on easements or rights- the contractor as directed by the City. �j of-way which have lawn areas. All fences, markers, mail boxes, or t. Page-SP-9 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public ' SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. The Contractor shall obtain and maintain the minimum 1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum Insurance (RCZ insurance the City of Renton shall not be deemed or construed to State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems following: appropriate and/or prudent, maintain higher limits and/or broader SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage. Coverage shall include: 1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis effect from the Contract Execution Date to the Completion Date, and include: public liability and property damage insurance with an insurance e Premises and Operations (including CG2503; General company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable). Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards The Contractor shall not begin work under the Contract until • Products/Completed Operations the required insurance has been obtained and approved by the _• Contractual Liability (including Amendatory Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage against claims for bodily injuries, personal injuries, including • Independent Contractors accidental death as well as claims for property damages which • Personal/Advertising Injury may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all ' either of them. • Owned Vehicles If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles term of the Contract for work are in full force and effect during the (3) Workers' Compensation period of warranty work. • Statutory Benefits (Coverage A) - Show Washington The Contracting Agency may request a copy of the actual Labor&Industries Number declaration pages(s) for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary) required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and ' of the Contractor to fully comply during the term of the Contract v Automobile Liability. Coverage should be as broad as with the requirements described herin will be considered a material primary. breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this ' the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural, SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering advertising or computer programming) the CONTRACTOR shall maintain professional liability 1-07.18(2) Coverages (RC) covering wrongful acts errors and/or omissions of the As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in submit a completed City of Renton Insurance Information form the course of operations under this Contract. which details specific coverage and limits for this contract. (6) The Contracting Agency reserves the right to request and/or All coverage provided by the Contractor shall be in a form require additional coverages as may be appropriate based on and underwritten by a company acceptable to the Contracting work performed(i.e. pollution liability). Agency. The City requires that all insurers: 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its 2) Coverage to be on an "occurrence' basis (Professional officers officials agents employees and volunteers as Additional Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurancey prior proof of professional liability coverage be provided for up to commencement of work The City reserves the right to request to two(2)years after the completion of the project. copies of insurance policies if at their sole discretion it is deemed 3) The City may request a copy of the actual declaration appropriate Further, all policies of insurance described above page(s) for each insurance policy affecting coverage(s) shall: required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other 4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY A XII or better is preferred.) If any insurance carrier OF RENTON. possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. exception. 3) Severability of Interest Clause (Cross Liability) The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, 4) Policy may nqt be non-renewed canceled or materially conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior writt en Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON. Notification these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail. Y- Page-SP-10 ' Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public I-07 Legal Relations and Responsibilities to the Public REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the 07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives". 1-07.18(3) Limits (RC) C. Amend the cancellation clause to state: "Policy may LIMITS REQUIRED not be non-renewed, canceled or materially changed or Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the City such limits The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Liability cancellation language specified above, the City will accept a General Aggregates $2.000.000*• written agreement that the consultant's broker will provide the Products/Completed Operations $2.000,000*• required notification. Aggregate Each Occurrence Limit $1.000.000 SECTION 1-07.20 IS REVISED AS FOLLOWS: 1P PersonaUAdvertising Injury $1.000,000 1-07.20 Patented Devices, Materials, and Processes Fire Damage(Any One Fire) $50,000 APWA) Medical Payments(Any One Person) $5.000 � Stop Gap Liability $1.000.000 The Contractor shall assume all costs arising from the use of • General Aggregate to apply per project patented devices, materials, or processes used on or incorporated in (ISO Form CG2503 or equivalent) the work, and agrees to indemnify, defend, and save harmless ,**Amount may vary based on project risk The Contracting Agency, and their Automobile Liability Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any (Each Accident) nature for, or on account of the use of any patented devices, Workers' Compensation materials,or processes. Statutory Benefits-Coverage A Variable SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING: (Show Washington Labor and Industries Number) Umbrella Liability 1-07.22 Use of Explosives (APWA) Each Occurrence Limit $1.000.000 General Aggregate Limit $1.000.000 Explosives shall not be used without specific authority of the Products/Completed Operations $1,000.000 Engineer, and then only under such restrictions as may be required Aggregate by the proper authorities Explosives shall be handled and used in Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and Each Occurrence/Incident/Claim 51.000.000 regulations that may apply. The individual in charge of the blasting Aggregate $2,000,000 shall have a current Washington State Blaster Users License. The City may require the CONTRACTOR to keep The Contractor shall obtain comply with and pay for such permits and costs as are necessary in conjunction with blasting professional liability coverage in effect for up to two (2)years after operations. completion of the proiect. When the use of explosives is necessary for the prosecution of The Contractor shall promptly-advise the CITY OF RENTON the Work the Contractor's insurance shall contain a special clause in writing in the event any general aggregate or other aggregate permitting the blasting. limits are reduced At their own expense,.the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety nr requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH coverage is in force. SECTION 1-0718(4) IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic C SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and INSURANCE': mud within the project limits and on any,street which is Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the project. shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks CONTRACTING AGENCY the following: power sweepers, and other nieces of equipment as deemed 1) City of Renton Insurance information Form (attached necessary by the engineer, to avoid creating a nuisance. herein) without modification. Dust and mud control shall be considered as incidents to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project and no compensation will be made for this conforming to items as specified in Sections 1-07.18(1), 1- section. 07 18(2) and 1-07.18(3). as revised above. Other requirements are as follows: Complaints of dust mud or unsafe practices and/or property damage to private Ownership will be transmitted a Strike the following or similar wording: "This to the contractor and prompt action in correctin tg hem w►11 Certificate is issued as a matter of information only be requirgd by the contractor. and confers no rights upon the Certificate Holder"; b Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose No t- Page-SP-l1 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL FOLLOWING: REFERENCES TO "COMMISSION THE SECRETARY" OR ' 1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTING AGENCY." SECTION 1-07.27 (APWA) IS REVISED BY CHANGING Street right of way lines, limits of easements and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY." ' Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements. both permanent and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duty issued Addendum. 1-08.1 Preliminary Matters (APWA) Whenever any of the Work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference (APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction Prior to practical after they have been obtained by the Engineer. undertaking each part of the Work the Contractor shall carefully Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the acquired until the Engineer certifies to the Contractor that the right Contractor may discover. , of way or easement is available or that the right of entry has been After the Contract has been executed but prior to the received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work a preconstruction conference will part of the Contracting Agency in obtaining easements rights of be held between the Contractor, the Engineer and such other ' entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be: be a breach of contract. 1. To review the initial progress schedule- Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various ' entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work; private property where private improvements must be adjusted.. 3. To establish and review procedures for progress payment The Contractor shall be responsible for providing without notifications, approvals, submittals etc. expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work; ' and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and construction facilities, storage of materials or other Contractor 6. To discuss such other related items as may be pertinent to needs. However, before using any private property, whether the Work. adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction Engineer a written permission of the private property owner, and meeting the following: upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items- owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals; and reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable. shall be signed by the private property owner, or proper authority 4. A Project Schedule. acting for the owner of the private property affected stating that permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) permits have been obtained or, in the case of a release that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished for at least 30 percent of the Awarded Contract Price. Before The statement shall include the parcel number, address and date of computing this percentage however, The Contractor may subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted the Completion Date will be established. work on items the contract provisions specifically designates may be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that the subcontractor has the experience ability, and equipment the work requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to famish all certificates, submittals and statements required by the Contract Documents. Along with the request to sublet the Contractor shall submit the names of any contractiT- ng firms the subcontractor proposes to Page-SP-12 Revision Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 p.m. and 7.00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p.m and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures, the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are 1. Furnishing and driving of piling, or received from the public or adjoining property owners regarding 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays, Sundays, holidays or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set and ability to perform the work.Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such contract, assistants as the Engineer may deem necessary to be present during 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting 3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the the subcontractor, or Work performed on Saturdays and holidays as working days with 4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts Contracting Agency. as multiple working days with respect to Contract Time even The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period. (1) purchase of sand, gravel, crushed stone, crushed slag, batched Assistants may include, but are not limited to, survey crews; concrete aggregates, ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab; structural steel, other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence. plants; or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or I-OILI(41 Reimbursement for Overtime Work of commercial hauling companies. Contracting Agency Employees (APWA) However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday, applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work provisions of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime work. On all such overtime work apply. an inspector will be present and a survey crew may be required at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize provided by the Engineer. the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY THE The Contractor shall comply with this request at once and shall not FOLLOWING: employ the subcontractor for any further work under the contract. 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.1(3) Hours of Work(APWA) (A PWA) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to the Work. Proceed Date The Work thereafter shall be prosecuted diligently, If a Contractor desires to perform work on holidays, vigorously and without unauthorized interruption until physical Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any completion of the work There shall be no voluntary shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by die Contractor without prior approval of permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual ,obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is requesting permission to work. t- Page-SP-13 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment SECTION 1 48.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11. FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, RC) SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OF TRANSPORTATION" IN THE LAST SENTENCE the time specified in the Contract Documents or as extended by the PARAGRAPH S TO READ "CONTRACTING AGENCY." Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION: Contract Completion Date. 1-08.11 Contractor's Plant and Equipment (RC) A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the holidays: January 1, adequacy, efficiency, and sufficiency of his and his subcontractor's Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any Christmas Day. When The day before Christmas shall be a work on the site of the work. holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly. on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility, occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's observed as holidays. When Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service, preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas. for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) which periods, work is anticipated to be performed. Each The contractor shall give his personal attention to and shall successive working day, beginning with the Notice to Proceed Date supervise the work to the end that it shall be prosecuted faithfully, and ending with the Physical Completion Date, shall be charged to and when he is not personally present on the work site, he shall at the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent who shall is designated a nonworking day or an Engineer determined have full authority to execute the same, and to supply materials, unworkable day. tools, and labor without delay, and who shall be the legal The Engineer will furnish the Contractor a weekly report representative of the contractor. The contractor shall be liable for showing (1) the number of working days charged against the the faithful observance of any instructions delivered to him or to Contract Time for the preceding week; (2) the Contract Time in his authorized representative. 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 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING: and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the protect at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets delivered to the Inspector report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the correct. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton the following establishing the Substantial Completion, Physical Completion, and system will be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project The tickets shall bear at least the following information: 1. Truck Number- 2. Truck tare weight(stamped at source). 3. Gross truck load weight in tons(stamped at source 4. Net load weight (stamped at source). 5. Driver's name and date. Page-SP-14 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." 8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE The Contractor shall submit a breakdown of costs for each FOLLOWING: lump sum Bid Item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWA) payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the preconstruction meeting. Conference. Within 3 days after the progress estimate cutoff date (but not SECTION 1-09.2 (APWA) IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and "ENGINEER." signed by the Contractor, covering the work completed prior to the SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Payment shall be FOLLOWING: accompanied by documentation supporting the Contractor's Application for Payment. 1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not incorporated in the work, but delivered and stored at approved sites Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment Items listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale, invoice, or other of the Standard Specifications will be the only items for which documentation warranting that the Contractor has received the compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other specified Work. Should a Bid Item be listed in a "Payment" clause arrangements to protect the Engineer's interests therein. but not in the Proposal Form and Work for that item is performed The initial progress estimate will be made not later than 30 by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made during progress of the 04.1, then payment for that Work will be made as for Extra Work Work are tentative and made only for the purpose of determining pursuant to a Change Order. progress payment. The progress estimates are subject to change at The words "Bid Item," "Contract Item," and "Pay Item," and any time prior to the calculation of the Final Payment per similar terms used throughout the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum of the If the "payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1 Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item, then the work or material will not Unit Price. be measured or paid for under any other Unit Bid Item which may 2 Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item. changed to singular form. 3 Materials on Hand — 90 percent of invoiced cost of Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the clause of any particular Section of the Specifications shall be Engineer. considered as including all of the Work required, specified, or 4 Change Orders — entitlement for approved extra cost or described in that particular Section. Payment items will generally completed extra work as determined by the Engineer, be listed generically in the Specifications, and specifically in the Progress payments will be made in accordance with the bid form. When items are to be "furnished" under one payment progress estimate less: item and "installed" under another payment item, such items shall 1. Five(5)percent for retained percentage._ be furnished FOB project site or, if specified in the Special 2 The amount of Progress Payments previously made. Provisions delivered to a designated site. Materials to be 3 Funds withheld by the Contracting Agency for "furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents. shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting are not to be incorporated into the work delivered to the applicable Agency that any work has been satisfactorily completed. Contracting Agency storage site when provided for in the Payments will be made by warrants issued by the Contracting Specifications. Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the incorporated into the Work may be made on monthly estimates to project Payments received on account of work performed by a the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATERIAL r. Page-SP-l5 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 1-09.9(2) Retainage (APWA,RCZ 1-09.9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76 the shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to person arising under the Contract. cover the Contracting Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contractor, be: 1. Damage to another contractor when there is evidence 1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is loan association (interest on monies so retained may be paid to the obligated to pay. _ Contractor). 3. Utilizing material, tested and inspected by the Engineer, 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage; or Interest on the bonds-and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's as the interest accrues. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired erg-tPA indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will at make allowances for weather delays, approved unavoidable delays. least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule, in the opinion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract percentages in securities. The Contracting Agency may also, at its Time. option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the retainage. Contractor's other obligations under the contract, including but not Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions. 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes, been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by (RCW 60.28.051). Section 1-05.5. 2. No claims, as provided by law, have been filed against C. Failure of the Contractor to correct defective or the retained percentage. unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pay. retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section sufficient to pay the cost of foreclosing on claims and to cover 1-07.9. attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title Retainage will not be reduced for any reason below the 50 and Title 51 RCW) as required by Section 1-07.10. minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3. submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment. medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so, will be Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so, and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period, those departments or agency organizations. 1. no legal action has commenced to resolve the validity of the claims, and 2. the Contractor has not protested such disbursement. Page-SP-16 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws ordinances and Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract_ payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1- Contracting Agency shall not be liable to the Contractor for such 05.12). payment made in good faith. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS: written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment (APWA) Failure to submit with the Final Application for Payment Final Upon Acceptance of the Work by the Contracting Agency the such information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE a release: FOLLOWING: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction specifically excepted in writing by the Contractor; (TWA) 2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance Work; with the laws of the State of Washington. The venue of any claims 3. for every act and neglect by the Contracting Agency; and or causes of actions arising from this contract shall be in the 4. for all other claims and liability relating to or arising out Superior Court of the county where the work is performed. of the Work. For convenience of the parties to this contract, it is mutually A payment (monthly, final, retainage, or otherwise) shall not agreed that any claims or causes of action which the contractor has release the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and the Contracting Agency's ability to investigate and act upon agree that the Cont-actor's failure to bring suit within the time findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or Contract; nor shall such payment preclude the Contracting Agency causes of action. from recovering damages, setting penalties, or obtaining such other It is further mutually agreed by the parties that when any remedies as may be permitted by law. claims or causes of action which a Contractor asserts against the Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court, the Contractor shall the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating participating in the Work. Such affidavit shall certify the amounts the claims or actions. paid to the DB, MBE, or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY" Specifications. WITH THE WORDS "KING COUNTY." If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING: the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC) accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be Contractor has been provided the opportunity, by written request final and binding on the parties unless the aggrieved party, within from the Engineer, to voluntarily submit such documents. If 10 days, challenges the findings and decision by serving and filing voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County, impending unilateral acceptance will be provided by certified letter Washington The grounds for the petition for review are limited to from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: I. Are not responsive to the questions submitted; days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of 2 is contrary to the terms of the contract or any component the certified letter from the Engineer requesting the necessary thereof; documents. This reservation by the Contracting Agency to 3 Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. T unilaterally accept the contract will apply to contracts that are he completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by setting forth in are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing, any way relieve the Contractor of the provisions under contract or t- Page-SP-17 Revision Date:May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment, or services which could such procedure. not be usually anticipated by a prudent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new item or items and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposal they are not by the contractor. specified in the Special Provisions as incidental and the accumulative cost for the use of each individual channelizin 1-10 Temporary Traffic Control device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes the Engineer will determine what is usually anticipated by a prudent SECTION I-10.1 IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by agreed price price FOLLOWING: established by the Engineer, or by force account. Additional items 1-10.1 General RC required as a result of the Contractor's modification to the traffic When the bid proposal includes an item for "Traffic Control," control plan(s)appearing in the contract shall not be covered by the the work required for this item shall be all items described in provisions in this paragraph. Section 1-10, including, but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing and maintaining barricades, flashers, decreases by more than 25 percent, an equitable adiustment will be construction signing and other channelization devices, considered for the item "Traffic Control" to address the increase or unless a pay item is in the bid proposal for any specific decrease. device and the Special Provisions specify furnishing SECTION 1-10.2(l) TRAFFIC CONTROL SUPERVISOR IS maintaining, and payment in a different manner for that REVISED AS FOLLOWS device; 2. Furnishing traffic control labor, equipment, and supervisory 1-10.2(1) Traffic Control Supervisory (SA) personnel for all traffic control labor; When the bid pi:;@posal includcr 2A item for. '!Xraffic C-QRt;Ql 3. Furnishing any necessary vehicle(s) to set up and remove SwIcP'+r,@r>—Tthe Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices; for the project. The TCS shall be certified ina" worksite traffic control 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic supepiAtandaw ar the TCS. The TCS shall assure that control devices, unless a pay item is in the bid proposal to 1 all the duties of the TCS are performed during the duration specifically pay for this work; and of the contract. 5. Furnishing labor, material, and equipment necessary for 7. Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may sins and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project. accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the is in conformance engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. 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 .Possession of a current flagging card used by the prime contractor, and subcontractors, shall be by the TCS is mandatory. submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS. shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway. control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m. correct any problems that become evident during operation. and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS: 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Comgruction Signs during periods when they are not needed. All signs required by the approved traffic control plan(s) as If no bid item "Traffic Control" appears in the proposal then well as any other appropriate signs prescribed by the Engineer, or all work required by these sections will considered incidental and required to conform with established standards will be furnished their cost shall be included in the other items of work. by Conte. Page-SP-18 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price will be lam;fcd to the 1-boF GQRt to do the was:k increases or decreases by more than 25 percent. 2—tagA 1-10 All olhci;-costs for the work to provide Class A or Class B construction signs shall be included in The Lump Sum uaR contract price pa;-hour-shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s), and the appropriate pilot car sign(s) for any egg—pilot car operation. Any necessary flaggers will be paid under the SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control. 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum uait contract price pa; hou;shall be full Construction Zone pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. ";;4;2Gtg;,t;wo4lQggc;g i;Q control w2ific 24 tho PAdr,ofthe pilot c2F ';;n*cad to tha I;Qurg the workar-is qvtually pe;f6;mii;g the jxgW- th;Gligh tho a;- :I gth-_- flaggc;s within the Waits of The Lump Sum uait 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 Z:raM-Co;wQ1, Class A signs, and ultimate return of all Contracting Agency- Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs. Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area. Any necessary flaggers shall be furnished by the Eagiaeea Contractor The Lump Sum unit contract price peg-day-shall be full pay for all costs involved in furnishing the person(s) assigned as the "Traffic Control Supervisor" dur DELETE SECTION 1-10.4 AND REPLACE WITH: .All costs for the vehicle(s)required for the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement (RC) (SA) Sum uait contract price for"Traffic Control�upea�sisc." No specific unit of measurement will apply to the lump sum item of"Traffic Control". SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1-10.5 Payment (RC) lie-Paid - 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 they am included in the proposal: "Traffic Control," lump sum. The lump sum contract price shall be full pay for all costs not " PC;dayr covered by other specific pay items in the bid proposal for The Lump Sum ua4-contract price per-day-shall be full furnishing installing maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section I-10.3(2).-TUa-ep conformance with accepted standards and in such a manner as to the vchiGic(s) ,411 be paid for.-ndar 4 maximize safety, and minimize disruption and inconvenience to the public.. Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards will be made as follows: a When the initial warning signs for the beginning of the project and the end of construction signs are installed 1-11 1(1) Responsibility for surveys (RC) and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. b Payment for the remaining percent of the amount All surveys and survey reports shall be prepared in accordance bid for the item will be paid id a prorated basis in with the requirements established by the Board of Registration for accordance with the total lob progress as determined Professional Engineers and Land Surveyors under the provisions of by progress payments. Chapter 18.43 RCW. i- Page-SP-19 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground. The horizontal component of all surveys shall meet or exceed Monument Any physical obiect or structure of record which the closure requirements of WAC 332-130-060. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard A corner or other survey point established by or under the Detail Requirements for ALTAIACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and any established and adopted by ALTA and AGSM in 1992 or corner or monument established by the General Land Office comparable classification in future editions of said document. The and its successor the Bureau of Land Management including angular and linear closure and precision ratio of traverses used for section subdivision comers down to and including one- survey control shall be revealed on the face of the survey drawing, sixteenth corners; and as shall the method of adjustment. The horizontal component of the control system for surveys Any permanently monumented boundary, right of way using global positioning system methodology shalt exhibit at least 1 alignment, or horizontal and vertical control points established by part in 50,000 precision in line length dependent error analysis at a st reet intersections but excluding dependent interior lot any governmental agency or private surveyor including 95 percent confidence level and performed pursuant to Federal street Geodetic Control Subcommittee Standards for GPS control surveys corners. as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC) August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construction projects that will create permanent structures such as The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the project site a tie to both shall be made. The benchmark(s) used observed for staking or "as-builting" while occupying one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments, the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and shall (benchmark)will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the King County Recorder is Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and will shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A methodology used in that retracement. photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific 1-11.1(4) Field Notes (RC) requirements of the project, the original will be recorded with the Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required the survey drawing shall be electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the original or a sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton. station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of °p tnt. WAC 332-130-050 and shall conform to the City of Renton's Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols a description. Point numbers shall be unique within a complete shall be used whenever possible and a legend shall identify all job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not described at page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No. 348.16.01, the second point would be 348.16.02, etc. drawing shall be submitted with each drawing. The listing should Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that in notebook(s) provided by the City or the original field notebook(s) the field notes) a brief description of the point and northing, used by the surveyor will be given to the City. For all other work, easting and elevation (if applicable) values all in ASCII format, surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media. t- Page-SP-20 Revision Date: May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-I1.1(7) Precision Levels (RC) 1-11.1(12) Monument Setting and Referencing (RC) Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11.1(5) satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1- meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots a witness Control Committee. marker shall be set. In most cases, this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g. "Tacks in lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station —Offset Topography curbs on the extension of said line with the curb." In all other RQ cases the corner shall meet the requirements of section 1-11.2(1) Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5) shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section I-11.1 herein. monument shall be set below the ground surface and contained The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush section 1-11.1 herein shall be observed for all topographic surveys, with the pavement surface, per section 1-11.2(3). In the case of right of way centerline monuments all points of 1-11.1(9) Radial Topography (RC) curvature(PC), points of tangency (PT), street intersections, center Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI, topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specifications, OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non comer monuments set while under contract to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of 1-11.1(10) Station—Offset Topography(RC) tangency (PT) point of curvature (PC), one-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument street intersection, etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument a minimum of two reference points and NAD 83/91 Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. 1-11.1(11) As-Built Survey (RC) 1-11.2 Materials All improvements required to,he "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners (RC) and TITLE 9 Public Ways and Property, must be located both Comers per 1-11 1(5) shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length, durable metal survey. The "as-built" survey must be based on the same base line plugs or caps tack in lead etc and permanently marked or tagged or control survey used for the construction staking survey for the with the surveyor's identification number. The specific nature of improvements being "as-built". The "as-built" survey for all the marker used can be determined by the surveyor at the time of subsurface improvements should_occur prior to backfilling. Close installation. cooperation between the installing contractor and the "as-builting" surveyor is therefore required. 1-11.2(2) Monuments (RC) All "as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set 1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC) "as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the "as built". of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as-built" surveys. t- Page-SP-21 Revision Date:May 19, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment Division 2 Earthwork quantities and changes will be computed either manually or by means of electronic data processing equipment by Earthwork use of the average end area method. Any,changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in Obstructions the Plans, unless ordered by the Engineer, shall-MLtn paid for All work and material required to return these areas to their original conditions, as directed by the Engineer shall be provided SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS by the Contractor at his sole expense. FOLLOWS: All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans In filled 2-02.3(3) Removal of Pavement, Sidewalks, and and backfilled areas, fine grading shall begin during the placement Curbs (RC) and the compaction of the final layer. In cut sections fine grading In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading shalt' shall produce a surface which is smooth and even without abrupt 1. Haul broken-up pieces into changes in grade. to some off-project site. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified 5. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from Wined to traffic before pavement patching has been completed, detrimental quantities of leaves, brush, sticks, trash and other temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work. Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and inches immediately after backfilling and compaction are complete, before placement of fills or base course, the subgrade under the and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and If pavements, sidewalks, or curbs lie within an excavation replacement. area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water. they re aet Acceptable excavated native soils shall be used for fill in the mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment (RC) native materials from becoming saturated with water. The 2. "Saw Cutting", per Lineal Foot. measures may include sloping to drain, compacting the native 3. "Remove Sidewalk",per Square Yard. materials, and diverting runoff away from the materials. If the 4. "Remove Curb and Gutter", per Lineal Foot. Contractor fails to take such preventative measures, any costs or 5. "Cold Mix", per Ton delay related to drying the materials shall be at his own expense. 6. 'Remove Asphalt Concrete Pavement," per square yard. If the native materials become saturated, it shall be the 7. "Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials, to the 8. "Remove existing per optimum moisture content. If sufficient acceptable native soils are All costs related-to the removal and disposal of structures and not available to complete construction of the roadway embankment, obstructions including saw cutting, excavation, backfilling and Gravel Borrow shall be used. temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project,all portions other items unless designated as specific bid items in the proposal. of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the 2-03 Roadway Excavation and Engineer, are not available to complete construction of the roadway_ Embankment embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 2-03.3 Construction Requirements (RC) 2-03.4 Measurement (RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans. Suitable measure work perfoimed unless specific exceptions in other excavated material shall be used for embankments, while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by I. At the discretion of the engineer, roadway excavation, the Contractor. borrow excavation, and unsuitable foundation excavation - by the t- Page-SP-22 Revision Dale:May 19, 1997 2-04 Haul 2-09 Structure Excavation cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 2-03.5 IS REVISED AS FOLLOWS. 2-06.5 Payment (RC) 2-03.5 Payment (RC) Subgrade preparation and maintenance including watering Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof shall be included in the appropriate unit or lump sum I. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices. " A (B, C, etc.)", per cubic yard. When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE provided in Ssctiea-3--94.4 Item 3 of this payment section. In this FOLLOWING: case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC) at unit contract prices. This work also includes the excavation, haul, and disposal of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps. material. _13g;haull ths-u q6 in Section')- 2-09.3 Construction Requirements h-1-1 1A th2t G ;Ile unit contract price per cubic yard shall include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: 3. "Unsuitable Foundation Excavation", per cubic yard. The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excavated Material (RC) Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project and disposing of the material. limits shall be included in the unit contract price for structure 'Gig" ;A SOG&WOR I Q4 &W11 apply, arcept %;,heF1 the biA ;tam ;r. excavation, Class A or B. it, the GQnw-G4o; must 19-1 rhown 2r ii;GlwJiAg haul in that cags, _The unit contract price per cubic yard shall include haul. pwvide,' ;A Ssai;oi; 1-04 4 fQr. lgadiag and hauling The State will 7. If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance= otherwise all such disposal costs shall be considered incidental to Payment for the work. embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS. items involved. 2-09.4 Measurement (RC) 2-04 Haul Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a 2-04.5 Payment (RC) specific separate pay item is included in the contract for gravel backfill for pipe bedding. 'he pr-gpowl; SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS par unit, FOLLOWS: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. " The unit contract price per cubic yard for the bid items listed as I through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping or shall be included in the unit bid price of other items# of work if 'Structure Excavation" or Page-SP-23 Revision Date:May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation "Structure Excavation Inc[ Haul" are not listed as pay items in the contract. lI "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made, "Gravel Backfill (Kind) for (Type of Excavation), per Cubic Yard or per Ton". . When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. Page-SP-24 Revision Date:May 19, 1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. t- Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Division 5 (2) Surface Treatments and Pavements plattg WA-W-4­0- samples &oWhen a sample from uncompacted mix is needed the Contractor shall ensure that the samples can —be obtained in 5-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712. The p!=f. h n 2110... the Sample to be 42ken wichQu, the lingi-ce; eat"ing SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS hquling"Ch-cle FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lots is-skull-bo defined as 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix ar, provided under--rWis€scal--ef a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur.-fey Determination of-4ta4s4c4-mac nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A, B, E, F. and G) shallw,ill be evaluated for quality of gradation on a the dajlylet basis by the Contractor. This gradation analysis shall be The JMF(lob Mix FQrm111a4 is defined based on WSDOT Test Method 104 and the results delivered to the in Section Contracting Agency by noon of the following working day. This 003.8(6)A (Basis of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the with Section 9-03.80..2.-aud A-asphalt content shall be tested at Engineer. the Eangineer's discretion if the Compaction Pay Factor(Section 5- 04.3(10)B)falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than t3% for sieve sizes greater than 1/4" and t2% for sieves smaller than the No. 10, then the costs of the sampling and testing shall be borne by the Contractor. If the tTest results vary from the Contractor's data aFe-within the ranges listed above , then Sampling and testing for nonstatistical acceptance shall be the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one .. enc .,..ra.ior7.,.. t.. Tosr:o.. sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available.-4-all f hg;--;r -Aar. the begipAing .,f the ♦ paving 614ifr. The D. Test Methods. When sample testing of asphalt content is necessary, Aacceptance testing for compliance oi a&phalt Ggsteut 2. Aggregates. _Aggregates will be accepted for sand will use the Nuclear Asphalt Gauge Procedure; WSDOT Test equivalent and fracture based on their conformance to the Method 722-T. When sample testing of gradation is necessary, requirements d Section 9-03.8(2).based Aacceptance testing for compliance of gradation will use the Quick requirements Determination of Aggregate Gradation using Alternate Solvent 3. Asphalt Cement. Asphalt Cement will be accepted Procedure; WSDOT Test Method 723-T. 1 tests-based on their--conformance to the requirements of Section 9- ( Reject Mixture (1) Rejection by Contractor. The Contractor may, prior to 02.1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace it be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. Any the asphalt cement changes, a new job mix formula (JMF) shall be such new material will be sampled, tested, and evaluated for evaluated and approved. 43. Asphalt Concrete Mixture acceptance. (2) Rejection -by Engineer Without Testing 11r•itkaeu!-Xv9&iA9• A. Sampling The Engineer may, without sampling, reject any batch load, or (1) A sample will not be obtained from either the first or last section of roadway 25 tons of mix produced in each production shift. r- Page-SP-26 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement m-tonal that appears defective in gradation or asphalt Qvw'" SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING content. Material rejected before placement shall not be THE FOLLOWING: incorporated into any" pavement. Any rejected section of 5-04.3(10)A General (RC) compacted feadwaypavement shall be removed. The Contractor shall not use vibration when compacting on a No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the street where A. C. Line (Transite) is in place (refer to City of rejected material be tested. If the Csontractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested, a minimum of three representative samples A.C. lines.) will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS. for testing from compacted pavement shall be removed by coring. 5-04.3(10)B Control (SA) Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, _ and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Section 5-04.3(8). The specified level of relative density shall be 923..0 percent of the Acceptance of the initially reference maximum density rejected suspected material will use the acceptance sampling and Adatked-795. The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that develo in the job mix formula JM formula tolerances of Section 9-03.8(6)A, the mix will be rejected and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average statistical remain subject to the compaction adjustment of Section 5-04.3(10) eualurtiea-of three fwa nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations determined by ndom_ within each density lot less. The Engineer will furnis a copy of the results of all acceptance testing performed in the field as soon as the results are availabl the f the ex; paving shift Pavement compaction below 89 percent of the reference maximum density shall not be accepted Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5- 04.5(1)B. det@;MiA@A. For compaction lots falling below a CPF of 1.00 pad-fact@F and thus subject to price reduction or rejection, cores may be used (5) A Lot 41 vrogress The CQntr-2(Ao; as an alternatives to the nuclear density gauge tests. emu-Get=s& su-h &;me -A4h Reap iq i;:26rfiad that specifiGation m-tcrial c2A C-ga,Fqcto;:, they shall be Fequoswd by ;;QnA of &h@ A69t ­,Q;kday aftarr.P^ ;_',' When the Contracting Agency requests cores and the QS&; level of relative density within a sublot is less than 92.0 percent, tThe cost for the-coring and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative density within a sublot is greater than 92.0 percent the cost for coring and testing shall be borne by the Contracting Agency. ax$sa SoGtiol; 1 06 *'('))B U;IdQF 114;214cial Paragraph 1, Itow-J, $75 per, Gore A,hap the GoFe ;cgultg indi-ata &I;@ ffw-ifi�� At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the compactibility of the mix design. 1. Page-SP-27 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE a ig ven quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (921 percent SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH of the reference maximum density A4eched--705 . If a compaction test section is requested, a THE FOLLOWING: Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within considered compactible. the limits of the job mix formula shall be accepted at the unit Asphalt Concrete Classes A, B, E, F. and G constructed contract price. If the constituents of the mix fall outside the under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted see basis of a test point evaluation of the compaction train._ The test Section 5-04.3(8)Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOWS: density, shall be used on all subsequent paving. Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC compacted to the satisfaction of the Engineer. Compaction (RC) In addition to the randomly selected locations for tests of the For each sublot a Compaction Lay density, the Engineer may also isolate from a normal lot any area Factor will be that is suspected of- being defective in relative density. Such determined based on the relative density of the tests. The isolated material will-not include an original sample location. A following table lists the Compaction Pay Factors and their minimum of three S randomly located density tests will be taken. associated relative density. The isolated area will then be evaluated for price adjustment in to Gig accordance with this tion, considering it as a separate-sublotlet. Adju&tmeng ;;,-I' be calculated as the pr-oduct of CMAP, the SECTION 5-04.5 IS REVISED AS FOLLOWS: 5-04.5 Payment (RC) Relative Density Compaction Pay Factor (average of three tests) "Mist and/or Driveway Asphalt Conc, Appsea-h Cl. _ 292.0 1.00 per ton. This item, when included in the contract, includes asphalt 91.5 0.99 paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 90.0 0.85 89.5 0.80 ,;df r +o r;t,o+ : co .: , cnn vise 89.0 0.75 w t- Page-SP-28 Revision Date:May 19, 1997 6-12 Rockeries 6-12 Rockeries Division 6 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a 6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description (RC) inch square probe. The work described in this section, regardless of the type of 6-12.3.1 Rockery Backfill (RC) materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall engineer. and the cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course. sound and resistant_ to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a sulphate in accordance with aashto t104, the loss through cone- footing drain behind the rockeries as shown in the standard plans, inch sieve after 6 cycles shall not exceed 35`90 by weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard, sound, durable and free from material and to suspend any work that is being improperly done, weathered portions, seams, cracks and other defects. subiect to the final decision of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Ow_ner_. material shall be approved by the engineer before delivery to the site. 6-12.4 Measurement (RC) The rock walls shall be constructed of one-man rocks, (85 to 300 pounds) each 10" in its least dimension; two-man rocks, (300 Measurement of the finished rock wall for payment will be made from the footing grade to the top of the wall and rounded to to 600 pounds) each 13" in its least dimension; three-man rocks (800 to 1,200 pounds) each 16" in its least dimension; four-man the nearest square yard. rocks(1,500 to 2,200 pounds) each 18" in its least dimension. The 6-12.5 Payment (RC) rocks shall range uniformly in size for each classification specifies. The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall", rock in walls over 6 feet in height. per square yard. The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials and equipment required to complete the installation, as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable r- Page-SP-29 Revision Date:May 19, 1997 7-01 Drains 7-04 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) corrugated iron or Conduits steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is 7-01 Drains also made to PVC. SECTION 7-0I.2 IS REVISED AS FOLLOWS: 7-03 Structural Plate Pipe, Pipe Arch, Arch, 7-01.2 Materials (RC) and Underpass Drain pipes may be concrete, zinc coated (galvanized) Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS: steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC) option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following used' sections: SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02 7-01.3 Construction Requirements (RC) Corrugated Steel Asphalt Treatment I 9-05.6(8) I Corrugated Aluminum 9-05.6(8) PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS. jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) {I PVC underdrain pipe shall be jointed using either the flexible payment will be made in accordance with Section 1-04.1, for elastomeric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal: described in Section 9-04.9, at the option of the Contractor unless "St. Str. Plate Pipe _ Gage _ In. Diam.", per linear otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I. I PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Str. Plate Pipe Arch_Gage_Ft. _In. Span", snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. per linear foot with Asphalt Treatment I. "St. Sir. Plate Arch -- Gage_ Ft. _ In. Span", per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. FOLLOWING: "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. 7-01.4 Measurement (RC) If no bid item for Structure Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B, including haul, is included in the schedule of Class B" or "Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the.cost of the pipe. "Shoring or Extra contract pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS. SECTION 7-04.2 IS REVISED AS FOLLOWS: 7-02.2 Materials (RC) 7-04.2 Materials (RC) Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized) Asphalt Treatment I Coated " I Reinforced Concrete Culvert Pipe 9-05.3(2) i corrugated iron or steel and Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch, Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment 1 9-05.4(8) Steel End Sections, Asphalt Treatment 1 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) Page-SP-30 Revision Date: May 19, 1997 7-05 Manholes, Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 7-04.3(1)B Pipe Bedding (RC) 7-05.3 Construction Requirements (RC) Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6" over and 6" under the exterior walls of the ladders. pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS: SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) 7-04.3(2)A Survey Line and Grade (RC) The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the specifications. existing structure shall be raised or lowered to the required SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. FOLLOWING: 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing 7-04.4 Measurement(RC) the gravel or crushed stone surfacing the manholes and manhole castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface Excavation necessary for bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be catch basins and similar type structures. thoroughly compacted. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes catch basins and similar structures shall be constructed and adjusted in the same FOLLOWS: manner as outlined above except that the final adjustment shall be 7-04.5 Payment (RC) made and cast iron frame be set after forms have been placed and checked In placing the concrete pavement extreme care shall be The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted complete the installation including adjustment of inverts to until the pavement is completed at which time the center of each manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously included in the Schedule of Prices pipe bedding, as shown in the established by the contractor. The pavement shall be cut in a standard plans shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of additional payment shall be made. the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wedged up to the desired grade The asphalt concrete pavement for other items. shall be cut and removed to a neat circle the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete the edge of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture density, apd uniformity of grade. The joint between the Page-SP-31 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS: hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from plastered. finished rim elevation to the invert of the lowest outlet pipe. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be Adiustments of new structures and miscellaneous items such established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made. manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured by 'Adjust Existing " per frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section 3(1) and the City of Renton Standard Details. inches beyond the edge of the casting and shall be left 2 inches 7-05.Connection to existing pipes and structures shall be measured below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing per each. concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS asphalt cement. Adjustments in the inlet structure shall be FOLLOWS. constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payments C� and plastered. "AdjusrM-A ols Existing ' per each. Monuments and cast iron frame and cover: Monuments and The unit contract price per each for "Adjust monument castings shall be adjusted to grade in the same manner Existing " shall be full pay as for manholes. for all costs necessary to make the adjustment including restoration Valve box castings:Adjustments of valve box castings shall be of adjecent areas in a manner acceptable to the Engineer. made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard. SECTION 7-05.3(2)IS REVISED AS FOLLOWS. "Structure Excavation Class B Incl. Haul", per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each. the upper part of the manhole may be mixed with the sand subject 'Connect Structure to existing pipe," per each. to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(I)C SUPPLEMENTED AS FOLLOWS. FOLLOWING: 7-08.3(1)C Pipe Zone Bedding (RC) (SA) 7-05.3(3) Connections to Existing ManholessRC) Hand compaction of the bedding materials under the pipe Where shown on the plans, new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort. manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no plans, additional structure channeling will be required. further compensation shall be made. A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS: connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC) will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint t- Page-SP-32 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in Contracting Agency. the pipe line shall be closed with water tight expandable type sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood or other damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between SECTION 7-08.3(2)!IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement 7-08.3(2)J Placing PVC Pipe(RRQ the pipe shall be placed with the minor axis of the reinforcement in In the trench, prepared as specified in Section 7-02.3(1) PVC a vertical position. pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made, proper gasket upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement. the pipe. When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING. at the point of connection. 7-08.3(2)G Sewer Line Connections (RC) 7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer, all connections of Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. When RaguieeF-in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing [Hain where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplets as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-08.4 Measurement (SA) 7-08.3(2)B Pipe Laying ('RC) Gravel backfill for foundations, or gravel backfill for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the calculations from measurements on the top of the pipe, or by cubic yard, including haul, as specified in 2-09. or by the TON. looking for ponding of 112" or less, which indicates a satisfactory Concrete for plugging existing pipes will be measured by the condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely larger size, pipe(s) shall be laid by matching the(eight-tenths) flow fill the pipe for a distance of two diameters. Computation for elevation, unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe fittings, etc. shall be carefully handled and protected Excavation of the trench will be measured as structure against damage impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haul, equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. shall be repaired, or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as installed. specified in Section 2-09.4. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. 1- Page-SP-33 Revision Date:May 19, 1997 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-I1 Pipe Installation for Water Mains SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment I (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations", per cubic yard,or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS. "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. 7-11.3(4)A Ductile Iron Pipe (RC) "Commercial Concrete", per cubic yard. long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If "Structure Excavation Class B Incl. Haul", per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that "Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of I incidental. the manufacturer's printed recommended deflections. 7-10 Trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe (4 inches and Over)TC SECTION 7-10.4 IS REVISED AS FOLLOWS. Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-10.4 Measurement C THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS: the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fiaings with accordance with Section 1-09. Polyethylene Encasements C) tThe Contractor shall lay ductile 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS. iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment (RC) encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and cubic-}ard. valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance Payment for "removal with ANSI/AWWA C105/A21.5-93. and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. 4. "Bank Run Gravel for Trench Backfill", per cubic yard 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or ton. The unit contract price per cubic yard or ton for "Bank Run REPLACED BY THE FOLLOWING Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe C furnish, place; and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. "Foundation Material" , per ton or cubic yard. FOLLOWS: Payment at the unit contract price for "foundation material" 7-11.3(9)A Connections to Existing Mains (RC) shall be full compensation for excavating and disposing of the The Contractor may be required to perform the connection unsuitable material and replacing with the appropriate foundation material per Section 9-30.7B(1). during times other than normal working hours. The Contractor shall not operate any valves on the existing system�uitlreut-s�cific Water system personnel will operate_ all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by City forces as provided below: City Installed connections: Page-SP-34 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by drawings. The contractor must verify all existing piping, the Engineer. dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft. of pipeline*-in GPH The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches disposal of unsuitable materials, shoring, de-watering, foundation PSI 6" 8" 10" 12" 16" 2A" 24" material, at the connection areas before the scheduled time for the 450 0.95 1.27 1.59 1.91 1 2.55 3.18 352 connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.50 1.80 2_40 3_00 3.60 necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 1.69 2.25 2.81 3.37 plans including but not limited to the required fittings, couplings, 275 0.75 1_00 1.24 1.49 11=99 2.49 2_99 pipe spools shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 Contractor shall provide and install concrete blocking, polywrap 225 0_68 0_90 1.13 1.35 1.80 2.25 2.70 the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various water mains. diameters the allowable leakage will be the sum of the computed The City will cut the existing main and assemble all materials, leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS The quantity of water lost from the main shall not exceed the FOLLOWS: number of gallons per hour as determined by the formula 7-11.3(11) Hydrostatic Pressure Test (RC) L-NDFP A hydrant meter and a back flow prevention device will be 7400 used when drawing water from the City system. These may be L which obtained from the City by completing the required forms and I- = Allowable leakage,pipeline tested making required security deposits. There will be a charge for the N = No. of joints in the length of pipeline tested water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches be expelled completely from the pipe, valves and hydrants. If P = Average test pressure during the leakage test, psi permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be tlughedpoly- under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe. If furnish the water necessary to fill the pipelines for testing purposes e€�sr-ttte main cannot be "poly-pigged", then a tap shall be at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in normal system operation. the main. The test shall be accomplished by pumping the main up to the The "Poly-pig" shall be equal to Girard Industries Aqua- required pressure, stopping the pump for a minimum of two hours, Swab-AS 2lb/cu-ft density foam with 90A durometer urethane and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The -Poly-pig" the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end. visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup Pipe, flushing gh2l, be done afto water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/l. accomplished in accordance with the City's standard detail. Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage system of suitable size such that accurate volume measurements can be or any water way. made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand r- Page-SP-35 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-I1 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8' for 2" and 3" mechanical joints 3/4" for 7-11.3(12)D Dry Calcium Hypochlorite (RC) 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000 laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24' mechanical 7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4" same as Treated water shall be retained in the pipe at least 24 hours SST 7, except 1" eye for 7/8" rod. same ASTM specification as but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4" least 25 mg/l. ASTM A563, grade C3, or zinc plated. S8: 518" and 3/4", ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS. A563, grade A, zinc plated or hot-dip galvanized Tiecoupling: used to extend continuous threaded rods and are 7-11.3(12)N Final Flushing and Testing (RC) provided with a center stop to aid installation, zinc plated or hot- Before placing the lines into service, a satisfactory report shall dip galvanized. SS 10: for 5/8' and 3/4" tierods, ASTM A563 be received from the local or State health department or an grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. approved testing lab on samples collected from representative Tierod: continuous threaded rod for cutting to desired lengths, points in the new- system. Samples will be collected and bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8" and 314" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, SECTION 711.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36, A307. ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS 17:ASTM A242, F436. S17: ANSI 1318.21L 7-11.3(13) Concrete Thrust Blocking and Dead-Man Installation: Block(RC) Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MI follower. All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4' nuts. Install tiecouplings plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe. around joints. The forms shall be stripped prior to backfilling. Joint restraint(shackle rods), where required, shall be installed in accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4" plans. The dead-man block shall include reinforcing steels, shackle Tie Rods Required rods, installation and removal of formwork. — Blocking shall be commercial concrete (hand mixed concrete 4" .....................................2 6" .2 is not allowed) and poured in place. .......................................... SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10"...........................................4 _. 12' .6 .....................:.................... 7-11.3(15) Joint Restraint Systems (RC) 14"...........................................8 General: 16"...........................................1 8 Where shown on the plans or in the specifications or required by 18"...........................................8 the engineer, joint restraint system (shackle rods)shall be used. all 20"............................................10 joint restraint materials used shall be those manufactured by star 24"...........................................14 national products, 1323 holly avenue PO box 258, Columbus Ohio 30"...........................................(16-7/8"rods) 43216, unless an equal alternate is approved in writing by the 36............................................(24-7/8"rods) engineer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is treated, superstar "SST" series. High strength low-alloy steel(cor-ten), ASTM A242, superstar supplied with slots for "T" bolts instead of holes a flanged valve with a flange by mechanical joint adapter shall be used instead, so "SS" series. Items to be galvanized are to meet the following requirements: as to provide adequate space for locating the tiebolts. ASTM A153 for galvanizing iron and steel hardware. Where a continuous run of pipe is required to be restrained, len ASTM A123 for galvanizing rolled, pressed and forged steel no run of restrained pipe shall be greater than 60 feet in gth shapes• between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installeii as rod guides at each joint. Page-SP-36 Revision Date:May 19, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS. with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS. tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post I(tC) koppers bitumastic no. 800-m, or approved equal. Where required, a valve marker post shall be furnished and Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with payment shall be made. 18 inches of the post exposed above grade. The exposer, pog;oa o SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION. included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade (RC) shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited mains will be per each for each connection to existing water to, the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS. final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. 7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to Pipe for Water Main and Fittings _In. Diam.', per remove such debris, leaving the valve installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of '_Pipe for Water Main _In. Diam." shall be full pay for fourth inch(1/4") to one-half inch (112") below finished grade. all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pipe and fittings, backfulling, concrete thrust blocking, installation FOLLOWING: of polyethylene wrap, cleaning by poly-pigs, vertical crosses for 7-12.4 Measurement insertion and removal of poly-pigs, temporary thrust blocks and blow-off assemblies, testing, flushing, disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured shackle rods, abandoning and capping existing water mains, per each if included as a separate pay item in the Contract; if not a removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plans, and cleanup. Hydrant auxiliary gate valve will be included in the 'Concrete Thrust Blocking and Dead-Man Blocks", per cubic measurement for hydrant assembly and will not be included in this yard. measurement item. The unit contract price bid for "Concrete Thrust Blocking and Dead-Man Block' Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE materials equipment for the installation of the concrete thrust FOLLOWING: blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation dewatering, haul and disposal of unsuitable materials, Box," per each. concrete reinforcing steel., shackle rods and formwork. If this The unit contract price per each for the valve of the specified item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor, equipment and material to blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main,_ installation of the pipe and no further compensation shall be made. including trenching jointing blocking of valve pamung "Connection to Existing Water Mains", per each. disinfecting hydrostatic testing cast-iron valve box and extensions The unit contract price per each connection to existing water as required valve nut extensions adjustment to final grade. mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault,* per each. materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching Jointing blocking of valve by-pass assembly, cast-iron casting and cover, ladder rung concrete risers as required, adjustment to final grade. "16 inch and larger Butterfly Valve and Concrete Vault," per each. t- Page-SP-37 Revision Date:May 19, 1997 7-14 Hydrants 7-14 Hydrants The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are and material to furnish and install the valve complete in place on outside right-of-way). the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required, adjustment SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE to final grade. 'Blow-off assembly," per each. FOLLOWING: The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants_RCZ shall be for all, labor, equipment and material to complete the installation of the assembly per the City of Renton Water Standard This work shall conform to Section 714.3(1). Alt hydrants shall be rebuilt to the approval of the City(or replaced with a new Detail, latest revision. 'Air-Release/Air-Vacuum Valve Assembly,' per each. hydrant). All rubber gaskets shall be replaced with new gaskets of The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same type. assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING TIIE complete the installation of the assembly including but not limited FOLLOWING: to, excavating, tapping thg main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC) disinfection, meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced 'Adjust Existing Valve Box to Grade (RC)," per each. with new gaskets of the type required for a new installation of the The contract bid price for 'Adjust Existing Valve Box to same type. Grade" above shall be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS. tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, including all incidental 7-14.5 Payment(RC) work. If not included as a separate pay item in the Contract, but required to complete other work in the Contract, then adjustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made. "Hydrant Assembly", per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as mar-kxii:post, specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made.T 7-14 Hydrants "Resetting Existing Hydrants", per each. I 7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant), FOLLOWS. shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants (RC) considered incidental and no additional payment shall be made. After all installation and testing is complete, the exposed portion of the hydrant shall be painted with oiwtwo field coats_. The . Guard posts, shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants",per each. a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made preservative paint NO. 43-655 safety yellow or approved equal. . Guard posts shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6", 8" AND 10" piping in trenches 3 - 112 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve(FL x MJ), 6" DI spool (PE x PE) 5- 1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, t Page-SP-38 Revision Date: May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers 7-15 Service Connections SECTION 7-17.3(2)11 IS SUPPLEMENTED BY ADDING THE FOLLOWING. SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspection (RC) Once the television inspection has been completed the 7-15.3 Construction Details �RC) contractor shall submit To the Engineer the written reports of the Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color lines shall be copper. and compatible with the City's viewing and recording systems. The Where instalation is in existing paved streets, the service lines City system accepts 1/2" wide high density VHS Tapes. The tapes shall be installed by a trenchless percussion and impact method will be run at standard speed SP(15/16 I.P.S.). (hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails regular open trench methods may be used. FOLLOWS: SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) The length of sewer pipe will be the number of linear feet of 7-15.5 Payment (RC) completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection_In. Diam.", per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection structures. In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or oe- Section 7-17.3(2) will be the number of linear feet of completed hogging), tapping the main, laying and jointing the pipe and fittings installation actually tested. and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill of the service connection. Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck ° tickets. 7-17 Sanitary Sewers SECTION 7-17.S IS REVISED AND SUPPLEMENTED AS SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: 7-17.5 Payment 7-17.2 Materials (RC) (SA) Payment will be made in accordance with Section 104.1, for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. er V C.-Sewer Pipe _ In. Diam.", per linear Concrete ,4uSS-Cacupesit4 foot. Afitr+fe,d-Cda1L PVC (Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot. sections. "Ductile Iron Sewer Pipe_In. Diam.",per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) " _la Diam ", per.linan;fbot Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the UifFifigeCla}-eetiver Pipe 0 05 9 kind and size specified shall be full pay for furnishing, hauling, and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and ADS r n nt r A adjustment of inverts to manholes for the completion of the A.BP-��esita Sarver Pipe — 1 installation to the required lines and grades. All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe", per linear foot. thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section it shat b be If no unit price for "Testing Sewer Pipe" is included it shall FOLLOWING: considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per (RC) cubic yard. When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay for all work trap in the first existing manhole downstream of the connection. It to rem suitable ove unsuitable material and replace and compact shall be the contractor's responsibility to maintain this screen or material as specified in Section Trench Backfill Sewer", per cubic (1)A. "Bank Run Gravel for Trench trap until the new system is placed in service and then to remove it. Any construction debris which enter the existing downstream yard, or Ton. system shall be removed by the contractor at his expense, and to The unit contract price per cubic yard, or To for "Bank Run the satisfaction of the Engineer. When the first manhole is set, it's Gravel for Trench Backfill Sewer" shall be full pay for all work to outlet shall be plugged until acceptance by the Engineer. furnish, place, and compact material in the trench. "Television Inspection", per Lump Sum. 1, Page-SP-39 Revision Date:May 19, 1997 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Miscellaneous Construction 8-13.5 Payment "Reset Existing Monument" per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE "Raised Pavement Marker Type I", per eachhuadred. FOLLOWING. "Raised Pavement Marker Type 2", per eachbi-ndred. 8-14.3(4) Curing (RC) "Raised Pavement Marker Type 3- In.", per The Contractor shall have readily available sufficient eachlwndwd. protective covering, such as waterproof paper or plastic membrane "Recessed Pavement Marker", per eachhuudrad. to cover the pour of an entire day in the event of rain or other The unit contract price per eachliundi*d for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricading Patrolling, or otherwise protecting newly placed concrete. Marker"shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control is listed in the FOLLOWING: contract as a separate pay item. 8-14.4 Measurement (RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk, crushed FOLLOWS: surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per 8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete" unless any of these This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp, the Plans or as staked by the Engineer or by the Contractor Cement Concrete,' but the plans call for such installation, then supplied surveyor. quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the payment FOLLOWS. shall be included in the pay item for "Miscellaneous and/or 8-13.3 Construction Requirements Driveway Asphalt Concrete." SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE The monument will be furnished and set by the Engineer orb FOLLOWING: the Contractor supplied surveyor. When existing monuments will be impacted by a project, the 8-14.5 Payment (RC) Contractor shall be responsible for assuring that a registered "Curb Ramp, Cement Concrete," per each. surveyor references the existing monuments prior to construction. Payment for excavation of material not related to the After construction is complete, the monuments shall be re established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING: Contractor shall make all excavations including haul and disposal, 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concrete." contract unless specifically called out to be paid as a bid item. r- Page-SP-40 Revision Date: May 19, 1997 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical 8-17 Impact Attenuator Systems Cif reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. The minimum width for the trench will be at the option of the THE STATE AMENDMENT TO SECTION 8-17 IS contractor. Trench width will, however, be of sufficient size so SUPPLEMENTED BY THE FOLLOWING: that all of the necessary conduit can be installed within the depths 8-17.5_Payment (RC) specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. pay item for "Traffic Control." SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS: 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) F"oundations-(RC) and Electrical 8-20.2 Materials Gr Where obstructions prevent construction of planned SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation. FOLLOWING. satisfactory to the Engineer. Th@ GQMb;AQd Wight Of 410 light 1;t2Ad2;:'J -OR-Fate 8-20.2(1) Equipment List and Drawings (RC) The Contractor shall submit for approval six sets of shop grg1lild ii drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the this project: foundations for and to the dimensions specified in table 1 below. 1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed 2. Signal standards with or without pre-approved plans. thereon. 3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation 4. Metal Strain Poles. construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship- like manner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period the contractor may install the applicable device 8-20.3(2) Excavating and Backfilling (RC) thereon. The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the contract Table 1 plans or as directed by the engineer. Type of device Dimensions The contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia. directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet work shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system All concrete foundations shall be constructed in the manner shall be free of rocks greater than two inches in diameter to a depth of six inches above the conduit. specified below: Trench within the roadway area shall use select trench backfill 1- Where sidewalk or raised islands are to be constructed as a part of this project the top of the foundation shall be made which shall consist of 5/8th inch minus crushed surfacing top flush with the top of the sidewalk or island. (See detail course or other material as indicated in the special provisions or schedule of prices and directed for use by the engineer. The source sheet and quality of the material shall be subject to approval by the 2 Where no sidewalks are to be installed the grade for the top engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the engineer.(See with acceptable materials from the excavation subject to the detail sheet) Engineer's approval of the material and shall be considered a All concrete,foundations shall be located as per stationing on - necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by tte Engineer. The Page-SP-41 Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. 8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within lecsti®as- 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 box. shall be as indicated on the wiring and conduit schedule shown on plans- S. — Conduit to be provided and installed shall be of the qW indicated below: 1. 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. 2. 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. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(6) Junction Boxes axomptad The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail 9. 411 R--Ar extemally sheets. The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only: "Lighting" 2. Signal only: "Signals" 3. Traffic signal and street lighting: "TS-LT" 4. Telemetry only: 'Telemetry" Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal, or both, shall be consistent throughout the project. All junction boxes shall be installed in Rise, conformance with provisions contained in the standard plans and detail sheets. The unit contract price per each for "Type_I" or "Type II" junction box shall be full compensation for furnishing same and for all costs of labor, material tools and equipment necessary to provide and install the junction boxes including excavation, backfilling and compaction all in accordance with plans, If allowed in the-71ans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames. install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be conform to the following: installed on compacted sub grade which shall include six inches of 1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed deep. The cuts shall be parallel to each other and extend 2-feet.one under and around the base of the junction box. Concrete shall be 1 foot beyond the edge of the trench. — promptly cleaned from the iunction box frame and lid. 2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a 4" thick Class 'B' cement concrete pad enclosing the over conduits below the roadbed. and 18 inches below finished junction box grade in all other areas.. as per the plans specifications and detail sheets. Installation of the crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be Plus I ;Aches, whiGhevsp is 12;g"- 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed restored per the Renton Standard Detail. surfacing" and/or for "concrete pad." ,-M-Al QgA4;FQ'1A The GgAGFSta shall be place,' loval tg, -Ad vi,-fellowsd Page-SP-42 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of 8-20.3(9) Bonding, Grounding (RC) the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer, will be borne by the Stag City. Three types of power service are used as indicated below: 1. Type I system shall be single phase 120 volt, 2 wire 60 cycle A.C. (traffic signal service only) 2. Type II, system shall be single phase 240 volt, 2 wire 60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) 3. Type III system shall be single phase 1201240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal grounded neutral service) The power service point shall be as noted on the plans and As 41 cea shall be verified by the electrical servicing utility. Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint shall be accomplished only at the service, conforming to Federal Specification T7-E-489. SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-20.3(11) Field Test (RQ the "I Fl h GpeFatioR of three r-10.,.gr. Aevr, The 1 S All street light standards, signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays, or the day preceding a holiday. complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and 1 Requests for traffic signal turn on will not be considered until a signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. diameter x 8'0" in length copper clad metallic ground rod located 2 All discrepancies and deficiencies must be corrected by the in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on in accordance with the plans,specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3 Requests for signal turn on shall not be considered until are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility. in the "Schedule of prices." 4 A minimum of three (3) working days notice will be required for signal turn on. SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5 Channelization at the intersection must be complete per plan FOLLOWS: before requesting signal turn on date Any delettons of channelization prior to turn on must be approved by the 8-20.3(10) Service (RC) engineer. Power sources shown in the Plans are approximate only; exact 6 City forces shall provide post and maintain proper signing location will be determined in the field. warning of new signal ahead. 8-20.3(13) Illumination Systems SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-20.3(13)A Light Standards (RC) (SA) r- Page-SP-43 Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures . caused by wind loads of 85 m.p.h. with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 p s i on yield strength of weight load and 2.33 p.s.i. for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two rep ssure. full threads. Davit Arms: The davit style arm shall incorporate a 5'9" radius bend as measured from the centerline of the shaft. The out portion of the arm shall be nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shipfrtter 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: the A one piece anchor base of adequate strength, shape and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing the damaged portion of the anchor bolt, be provided with each pole. cutting threads =on the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending installed plumb, t 1 degree. moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the 2tapd,,r4-121aris. 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. bolts that ai;@ 4qmqg@A shAl bo ;ep�;;W with app;Qued Weave Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The contractor shall supply and install a combination of feuadat;oA 4-digits and one letter on each pole, whether individual luminaire or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold, white reflectorized 2 inch legend on a black 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 Wokage meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using proper sized and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches. Use of pliers pipe wrenches, The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted. on the side away from traffic. A grounding lug or nut shall be Tools shall be of suff}cient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and Page-SP44 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION: base plate. 8-20.3(14)F Opticom Priority Control Systems (RC) Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500 portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply one copy mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier the standard detail. SECTION 8-20.3(I5) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING: 8-20.3(15) Grout_(RC) 8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers, wire FOLLOWS. cutters etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC) appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal system conductor runs shall be attached to appropriate signal terminal _ no specific unit of measurement op twffig boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed. loops. Conduit of the kind and diameter specified in the Schedule of SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual [teat line FOLLOWING(RC) length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum 8-20.3(14)C Induction Loop Vehicle Detectors(RC) bid item. 11 Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in compression type connectors. Section 8-20.5 or as described in the contract schedule of prices SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS: Cable(RC) 8-20.5 Payment (RC) The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_", lump sum. AS FOLLOWS: "Traffic Signal ystem _", lump sum. 8-20.3(14)E Signal Standards (RC) 3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System. cable shall be installed in any signal standard supporting a and "Traffic Signal ystem . aid luminaire. "TraffrcSignal Conuel System",hall be full pay for furnishing W the 1212w; for. all tabor, materials, tools, and equipment necessary for the construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations, conduit, all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all WSDOT. required tests. All additional materials and labor, not shown in the 15. Installation of all nuts and bolts shall be performed with plans or called fqr herein and which are required to complete the proper sized sockets open end or box wrenches. Use of pipe electrical system,'shall be included in the lump sum contract price. wrenches or other tools which can damage the galvanization of the "r ,, n r r,• r.,o.,F a�* nuts and bolts will not be permitted. priGe per, _ Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). Page-SP-45 Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical The unit per each price for (14)"Service cabinet" shall be full compensation for furnishing and installing the fully equipped cabinet and for risers, standoffs and any other materials, labor or costs associated with providing electrical service as required by the GA q;J electrical utility, the contract plans, details and specifications and not included as separate pay items in the contract schedule of riP ces. System Ghov'A "........Signal head......," per each. All costs for installing conduit containing both signal and ".......Signal head mounting hardware,"per lump sum. illumination wiring shall be included in the contract prices for the The lump sum price for (16)'....Signal head mounting signal system. hardware' shall be full compensation for supplying and installing All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. prices for the signal system. "Pole mounted terminal box,..."x...'x...", and mounting The unit prices for the items listed below shall be full hardware," per each. compensation for furnishing and installing each item and for all '2/c shad loop return cable," per.linear foot. labor, materials tools, equipment and testing necessary and/or '3/C shld pre-emption cable,*per linear foot. incidental for the full and complete installation as per the contract ...-pair shld interconnect cable," per linear foot.' plans,detail sheets and these specifications. "Traffic signal controller and cabinet," per each. 'Trench and Backfill......... wide by........." deep, " per The unit contract price for "Traffic Signal Controller and linear foot. Cabinet" shall be full compensation for furnishing and installing a The unit contract price for (3) "Trench and Backfill" per fully equipped, wired and operational controller and cabinet. linear foot shall be full compensation for excavating, loading, "Traffic signal wire," per lump sum. hauling and otherwise disposing of the waste materials, for "Signal standard, Type..., with ...-foot mast arm," per each. backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot. and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans, specifications and detail sheets. sawcut required for installation. The unit price shall be full "Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire, shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices, "........Foundation, ......... per each.* splices to loop return cables unless separate pay items are included "Type .... Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting *The unit per each price for (5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. per the plans specifications and detail sheets including enclosing Measurement for a standard 6' x 6° induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs" shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of Sawcutting required by means of "Concrete Pad." proper locating of loop return "Stub-out", by direct routing of "Concrete Pad," per square yard. "home runs' and by combining up to 4 pairs of loop wires in a Measurement for (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and 'Home Run" layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place. the area of the junction box or foundation enclosed and shall be full ".......Splice kit," per each. compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each. specifications and detail sheets. "Opticom discriminator card," per each. ....... Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier," per each. ." Schedule 80 conduit, P.V.C., " per linear foot.* "Street light fuse kit," per each. *The unit contract price for conduit shall include all conduit "Pedestrian push button with sign, " per each. couplings adapters, elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post,' per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole Type I 10-feet," per each the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole," per each. from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing existing depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools materials, of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard ......... per each. complete the installation and make the electrical equipment ........watt...Luminaire and lamp," per each. operational all in accordance with the plans specifications and ........watt...Luminaire and lamp with photocell," per each. detail sheets. .......AWG....copper wire," per linear foot. "Remove existing.. ....Foundation," per each. "Service cabinet, " per each. r- Page-SP-46 Revision Date:May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for "Remove existing foundation" Traffic Lov"Iegend shall be full compensation for full and complete removal and A WHITE marking hauling and disposal of the foundation. mousing alphabetical letters- 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: W944-See contract plans and detail sheets. SECTION 8-22.3(5)IS REVISED AS FOLLOWS: 8-22.1 Description (RC) 5-22.3(5) Tolerances for Line Stripes (RC) Skip Center Stripe A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error ,. or "skip" pattern shall be based on a 40 feet 24-foot unit consisting within a 40 eet 24-foot length of skip stripe shall not exceed plus I of a-404ae4 9-foot line and a-30 feet 15-foot gap. Skip center or minus 1 inch. stripe is used as center line delineation on two lane or three lane, SECTION 8-22.30 IS REVISED AS FOLLOWS. two way highways, Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided separated by a 4-inch ^- '- ^^h space, Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-zud a and for channelization. Gom sts Approach Stripe A SOLID WHITE line, 8 inches wide, used-a-fr@owa SECTION 8-22.3(7)IS A NEW SECTION: to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash 8-22.30 Removal of Traffic Markers (RC) mark stripes shall be placed on 45 degree angle and 10 20-feet The work to remove all old or conflicting stripes, lines, apart. buttons, or markers as required to complete the channeli7ation of Lane Stripe the project as shown on the plans or detail sheets shall be A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further delineate adjacent lanes travelling in the same direction. The compensation shall be made unless a separate pay item or items are broken or "skip" pattern shall be based on a-40-feet24-foot unit consisting of a IO-feet 9-foot line and a-30-feet 15-foot gap. provided for such removal. Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS. delineate a lane that ends at ^^ ^#' ;amp. The broken or "skip" pattern shall be based on a 24.4-foot unit consisting of a 93-foot 8-22.4 Measurement (RC) (SA) line and a 1542-foot gap. The measurement will be based on the travel distaace rsq,uirad No Pass Strom of a marking system capable... GereApproach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type. Traffic arrows will be measured by the unit with each arrow 3414 I-03A, head defined as a unit.. Traffic laue"legends, handicapped parking stall symbols, sepa ated by - 4 inch 6pqn- :;he Wgkan gr- "Skip" pattem shall be preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. 9QP- Measurement for paint/plastic stripe line removed shall be by Two Way Left Turn Stripe the linear foot of ...... wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay space. The broken or "skip" pattern shall be based on a 40-feet 24- item then removal of existing traffic markings shall be considered I foot unit consisting of a-14-fee4 9-foot line and a-3A-feet 15-foot incidental to the payment for other items of work and no further space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: A SOLID WHITE line,-4-2 8 inches wide and 10-feet lam, installed parallel to another crosswalk stripe,-with-a 64get 8-22.5 Payment (RC) and parallel to the direction of traffic flow and centered in pairs on lane "Painted 6er$Approach Stripe per linear foot. lines and the center of lanes. See detail sheet.. Stop Bar "Painted Traffic I atterLegend", per each. A SOLID WHITE line,-14 12, 18 or 24 inches wide "Plastic Traffic hguerLegend", per each. Laless as noted ether-iss is on the Contract plans. "Remove Paint Line ....." wide," per linear foot." Page-SP-47 Revision Date: May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings 'Remove Plastic Line ....... wide," per linear foot.* 8-23 Temporary Pavement Markings "Remove existing traffic markings, "per lump sum.* * The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH THE "Remove Plastic Line" and the lump sum contract price for FOLLOWING: "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RQ and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation or for markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the other items in the contract and no further compensation shall be contract or included under "Traffic Control,' if that item is made. included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment necessary for the completion of the work as specified. Page-SP-48 Revision Date:May 19, 1997 9-00 Definitions and Tests - 9-02 Bituminous Materials Division 9 material for payment may be produced for use on a project until the fob mix formula has been approved by the engineer. The mixture Materials shall be designed to meet the test criteria listed in Section 9-03.8(2) and remain within the limits set forth in 9-03.8(6) The determination of the job mix formula shall be the responsibility of the Contractor. 9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING. job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toin the 9-00(A) Recycled Materials (RC) JMF The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources SECTION 9-02.1(10)IS A NEW SECTION. of materials be made, a new JMF must be approved by the Engineer before the new material is used. 9-02.1(10) Loop Sealant (RC) Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be beGA hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the penetration, flow and resilience The av@Faga grada;ion of&he plated " "�"�' specifications of ASTM D3407 and shall be installed with an aapproved applicator in conformance with manufacturer's Design R@Gommondatio;is, shall be the 4441 Any Ghango Gr. recommendations. The contractor shall request and obtain approval from the Raw 1AW.L. Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances and-Adjusupenw. detector loops and shall submit manufacturer cutsheets or other a. After the JMF is data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area, encapsulate the loop wires and adhere to the exceed the broad band pavement. specification limits specified in Section 9-03.8(6). 9-03 Aggregates Agregate assing 1", Broad band specification 3/4 5/8 , M., and limits Section 9-03.8(6). SECTION 9-03.8(6)A IS REVISED AS FOLLOWS. 3/8" sieves 9-03.8(6)A Basis of Acceptance(RC) Aggregate passing 1/4" sieve t 6% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 10 sieve t 5% sP P Aggregate passing No. 40 sieve t 4% conformance to the project job mix formula (JMF). Futile Aggregate passing No. 200 sieve t2%_Notel Asphalt cement t0.5%Note2 For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9-03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement), 2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. 1 9G.2(1�• No 1- Page-SPR49 Revision Date:May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE FOLLOWING: 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Joint assembly design shall be reinforced concrete bell and 9 Ad}ustmew& spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: 100 roeve- Xhosa field ndill6unwits to the 54P may be mnds b5 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints Hydrostatic testing of rubber gasket joints shall be performed adjusupsAts qs by the EAgiAser-will be roAridered as -1 mm, in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. wlew;irar Qh2l' be within ;he rq;ig- of ;he broad band SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS s�ct€tcasie FOLLOWS. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) sgeciftc-tiens. The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. 9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall Butyl rubber shall conform to ASTM D2000, M1 BG 610. be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. Conduits spir-al ;;b G&O ,., h'Ill have hal;Gal ribs 114n&pr-Q48" SECTION 9-05.4 IS REVISED AS FOLLOWS: I AAco�n M 36 Section 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam aluminum Q4AWF- coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. SECTION 9-05.7(2)"IS DELETED AND REPLACED BY THE FOLLOWING: Steel spiral rib storm sewer pipe shall be manufactured of 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe helical ribs shall project requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material. The ribs shall be essentially conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (2t) plus or minus I/8 inch (measured outside to outside) and a SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical FOLLOWING: distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum 9-05.7(2)A Basis for Acceptance (RC) spacing of the ribs shall be 11.75 inches center to center(measured All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the (D-load) test in accordance with ASTM C76; and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be included midway Page-SP-50 Revision Date:May 19, 1997 9-06 Structural Steel and Related Materials 9-08 Paints between ribs having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0625 inch with an When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated 05.4(3) and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured .4375 inch high (measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. corers of the ribs shall be 0.0625 inch with an allowable tolerance of-10 percent. 9-06 Structural Steel and Related Materials SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION: 9-06.5 Bolts 9-05.12(3) CPEP Sewer Pipe (RC) CPEP - Smooth interior pipe and fittings shall be SECTION9-06.5(4)HAS BEENSUPPLEMENTED BY ADDING: manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts(RC) Grade P33 or P34 Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal pipe shall comply with all material and stiffness requirements of poles street light poles, strain poles or other types of poles shall AASHTO M294. meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer SECTION 9-05.14 IS DELETED: any and all data concerning fabrication, strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor FOLLOWS: bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light signal and strain poles provided that the (RQ Contractor can submit documentation from the manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall 1 The standard anchor bolt for aluminum street light poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of gasket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die-cut threads IPA 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 3, 114 IAGh. US 449h ,,,;do_b5'0 9 iRGh (.,.;.,:.,,,.M) d0QP specifications provided by the manufacturer. All anchor bolts nuts and washers shall meet the pole as 11 75 iArAes Gente;&g-enter, manufacturer's specifications and shall be hot dipped galvanized ceasef. unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). 9-08 Paints SECTION 9-08.8 IS A NEW SECTION: 9-08 8 Manhole Coating System Products (RC) For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(11 Coating System Specification (RC) inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + Page-SP-51 Revision Date:May 19, 1997 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: A. General 1. Buried Manhole 9-29.3 Conductors, Cable (RC) Surface Color Paint System Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number a. Buried, and White C-I shown on the plans. exposed No splicing of any traffic signal conductor shall be permitted concrete unless otherwise indicated on the plans. All conductor runs shall surfaces. be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The only exceptions shall be the 9-013.13(2) Coating Systems splices for detector loops at the nearest junction box to the loops. A. High Solids Urethane The contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the Coating System: C1 signal and lighting equipment as shown on the plans. All materials Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein. shall Surfaces: Concrete comply with applicable sections of the National Electrical Code. Surface Preparation: In accordance with SSPC SP-7 8. Detector loop wire shall be No. 124.4 AWG stranded (Sweep or brush off blast copper wire, Class B, with chemically cross-linked polyethylene Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. between coats shall not exceed (11) Six-pai"- :ommunications cable(�-shall meet REA 24houils d any case specification PE-39 and shall have si c--pai�No. 19 AWG wires System Thickness: 6.0 mils dry film with 0.008 inch FPAIMPR coated aluminum shielding. The cable Coatings: Primer: One high of Wasser shall have a petroleum compound completely filling the inside of MC-Conceal high solids 2 the cable. urethane(2.0 coats Finish: The shielded communications/signal interconnect cable shall Two or more coats of Wasser meet the following: MC Conceal (min. 4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted SECTION 9-23.9 IS REVISED AS FOLLOWS. into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 9-23.9 Fly Ash (RC) 4. Shielding: A corrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A 9-29 Illumination, Signals, Electrical •015 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black, low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, FOLLOWING: temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a 9-29.1 Conduit (RC) continuous covering. The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be printed indicated below: sequentially a minimum of 2' along the outer jacket. 1. Schedule 80-Extra heavy wall P.V.C. conforming to 7• Filling: the entire cable within the outer jacket is flooded ASTM,Standards, to be used in all installations under roadways. With petroleum-polyethylene gel filling compound including the 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) 9-29.2 Junction Boxes (RC) The Ballast shall be pre-wired to the lamp socket and terminal Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern) as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires (RC) 1. Signal only: "Signals" The filter shall bd charcoal with elast-omer gasket. 2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cobra 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates. r- Page-SP-52 Revision Date:May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire. 9-29.11 Control Equipment 5, Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take operate on 120 volts, 60 Hz. The unit shall consist of a light command of the signal displays at the beginning of artery sensitive element connected to necessary control relays. The unit elY low. shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type capable of energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per values in the temperature range of -55 degrees C to +70 degrees minute. C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS. service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (RC) Immediately after a valid call has been received, the SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING. clearance intervals and subsequent pre-emption intervals. 9-29.13 Traffic Signal Controllers (RC) Pre-emption shall sequence as noted in the contract. Pre-emption equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not alternating current and shall use the power line frequency as a time altered. base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard Publications. Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City soldering. All components shall be standard"Off the shelf" items. of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobstructed establish the sequence of signal phases, including overlaps, in "line of sight" path The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local components: intersection. a Optical energy detectors which shall be mounted on the SEC77ON 9-29.13(2) IS REVISED AND SUPPLEMENTED AS traffic signal mast amts and shall receive the optical energy emitter's signal. FOLLOWS: b Discriminators which shall cause the signal controller to 9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle 2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence diagram. located behind the police panel door is turned to the flash position, c. Pre-emption Indicator Lights. the signals shall immediately revert to flash; however, the Optical Detector controller shall "STOP TIME." When the switch is placed on a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature range of-40°F immediately resume normal cyclic operations at the beginning of to +180°F(40°C to +85°C). artery green ely low. 4. Power Interruption. On "NEMA" controllers any power d Shall have internal circuitry encapsulated in a semi- 4. compound and shall be impervious to moisture. interruption longer than 475 plus or minus 25 milliseconds, signals ex shatl re-energize consistent with No. 2 above to ensure an 8 second e Shall rdspond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 macro flash period prior to the start of artery green. A power interruption o joule per square meter at the detector, arise time less than one f less than 475 plus or minus 25 milliseconds shall not cause r microsecond and half power point pulse width on not less than esequencing of the controller and the signal displays shall thirty microseconds. !- Page-SP-53 Revision Date:May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical Discriminator Each module shall do the following: a. Shall provide for a minimum of two channels of optical detector input. b. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle 94141-11t2110911615' With QthQF timing d= 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 All timing functions and input and output features for fully- not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards. received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic FOLLOWING: - signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully-actuated 9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow. FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.130 Radio Interference Suppressors 9-29.13(7)A Environmental, Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic Additionally, all power supplies shall have noise immunity from Controllers (RC) other devices within the cabinet. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS. out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal 9-29.13('7) Traffic-Actuated Controllers (RC) Shop will make space available to the contractor for the required Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components more intersections. satisfactorily functioning shall start the test period. Any All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all _parts are supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until__a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The NEMA specifications. demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contract2LIL any Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestated control gear when field installed. units. Volume-density timing features shall be provided on all controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) rho flask rro 4o ;slays, L..,.i switches, hr eln 1+n �AF$to;3, ;@6t83g+ Police_ Pal switches, ap;nGle or.rc - -- 1- Page-SP-54 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The off, There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command or load switching devices. information from the computer all in conformance and within the capability of the multisonic master computer unit and the Stop Time Bypass Switch interconnect cables. There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS: operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets (RCLSA) controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness clam normal cycling operation while the intersection remains in flashing saediza"eet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or DETECTOR test switch aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be clear anodized aluminum. Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: (spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 3/4 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off" Fail Safe Unit position. A second switch shall be the auto-flash switch. When placed in the "flash" position controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. sine wave for all green, amber and pedestrian walk indications, C. The duration of a display of conflicting indications shall not be long Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene They shall be equipped with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly. e The Controller cabinet shall have a load bay panel with at Surge Protector (Lighting Arrester) least the following items mounted on the face of the panel: transfer relays; load switches; and terminal blocks for termination o_f all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications). damage the controller or any of its components. This load bay panel shall be mounted so that when the screws are removed it will be possible to obtain full access to the Field Wiring Terminal terminations on the back of the load bay panel. There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED By ADDING THE numbering system is used for the cabinet wiring, then both FOLLOWING: numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC) drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal head provided. housings shall consist of separate sections and be expandable type for vertical mounting Lens shall be glass and meet I.T.E. Specifications for light output Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. Page-SP-55 Revision Date: May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads (RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal gam- ely low baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED. between the signal head and mast arm. All mounting hardware 9_10 16(3)-12e13troar-honate T;:afre Signal ueacls (RC) will be of the top-mount plumbizer type as shown on the standard Mans, unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED. n.. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane (RQ and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other miscellaneous mounting hardware shall be stainless steel. Heads (RC) SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS. SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt (RC) traffic signal lamp rated for 130429 volt operation, 595 minimum initial lumen, 665 rated initial lumen, 8,000-hour minimum, u d -All ethe*-hardware for ethic; mounts shall be painted 2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow traffic signal lamp. Twelve inch traffic signal heads require geca-baked enamel. 429130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS. base. Bulbs shall be installed with the opening between the filament ends up. 9-29.18(1) Induction Loop Detectors (RC) Detector amplifiers shall be Detector Systems model 810A or SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. equal, 9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. Amplifi@;& m64 aluminum of the tunnel type, unless specified otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: have square doors. 9-29.20 Pedestrian Signal (RC) SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either iacandescant- fiber optic or neon-grid type, or other types as specified in the contract. 9-29.16(2)C Louvered Visors (RC) Pedestrian signals shall conform to FM Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). furnished and installed. Directional louvers shall be constructed to have a snug fit in th6 signal visor. The outside cylinder shall be clea; twffig signal lamp ;a&@,' fQ; "W-oit gpernrion it shall be constructed of aluminum , and the louvers shall rate'l 1180 ;J;4;al lignsp, SQQQ hour. m,wago iife, 1:7416 inch be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. a-minimum of-111!2-inches high Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH. Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal ellow enamel. 9-29Back D Back Plates furnished VACANT SECTION 9-29.20(l) IS REPLACED BY ADDING Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION. half-hard aluminum sheet, 0.058-inch minimum thickness, with 5-inch square cut border and painted black in front and yellow in 9-29.20(l)Ile fiber Fiber Optic Type (RC) back. he fiber optics shall be drawn from optical glass of high purity. The fibers shall be temperature resistant. The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime Page-SP-56 Revision Date: May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH 53 microns. Each single arm in the harness shall contain THE FOLLOWING: approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting (RC) The finish coat shall be a factory baked on enamel light grey shall have a hexagonal bundle format. The common bundle end in color. The galvanized surface shall be etched before the baked and each arm end shall be epoxied and optically polished. The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I. Type Orange and one of Lunar White. The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) display shall not require a cone for magnification, and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240 light points. All components shall be fastened to the flat black volt matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal service 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a rugged plastic module. 12. Meter base sections are unnecessary SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY tr:aArfQ;mer. FA THE FOLLOWING. The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC) electronic ballast no external transformer, and operate at 30 watts. The heads shall display two symbol messages, "hand" (for the The pole mounted terminal box shall be made of molded do not walk mode) in Portland orange and 'Man" (for the walk fiberglass be grey in color, be approximately 16" high x 13-7/8" wide x 5-7/8" deep and have a minimum of 16 terminals on the mode) in lunar white. The message module shall consist of two neon gas tubes enclosed in a housing made of polyarbonate terminal blocks The box shall be weather tight have a single door c plastic. The tens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the visors shall be flat black in color. door locking side ll All hardware will be stainless steel. A mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated to The signal/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet. The cabinet door shall be fitted for a Best internal tvpe lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. t- Page-SP-57 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) Butterfly valves shall be Dresser 450 or Pratt Groundhog. SECTION 9-30.1(1)IS REVISED AS FOLLOWS: SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0" or approved equal with blue label "water. the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-30.3 Valves FOLLOWS: SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW. 9-30.3(7) Combination Air Release/Air Vacuum Valves (RC) 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APC0- Valve and Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty," combination air release valve or pressure of 200 PSI: Gate valves shall be Iowa List 14, Mueller equal- Company No.A2380, Kennedy, or M&H. Installation shall be per the City of Renton Standard Detail, Approval of valves other than models specified shall be latest revision. obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation 24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line. diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS. Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. 9-30.3(8) Tappit:g Sleeve and Valve Assembly (RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron stainless-stool, body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material. and O-ring stuffing box. RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION: Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC) exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be #78 Kupferle Foundry permanent blow- Co. or approved equal. Installation of blow-off valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail, parts prior to valve assembly and shalt meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location requirements of AWWA Standard C-550 latest revision. Valves s) shown on the plans. assembly on new dead-end water main shall shall be provided with two (2) internal O-ring stems seals. The Temporary blow-obe valves shall be equipped with one (1) anti-friction washer. The installed at location shown on the plans. resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment integrally cast. Manufacturers of Resilient Seated gate Valves shall provide shall be made. the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING. Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa Corey Type (opening with the mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening. Clow M&H Style 3067, Mueller Series 2370, Kennedy. Compression type fire hydrants (opening against pressure) Approval of valves other than model specified shall be shall be Clow Medallion M&H 929 Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200, conforming to AWWA C-502-85. in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description- Page-SP-58 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS: valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and 9-30.6(3) Service Pipe one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC) per inch 60 degrees V. Threads outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe (RC) The two 2-1/2" hose nozzles shall be fitted with cast iron Polvbutalene pipe shall not be used. threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS: proportions as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be compression type with suitable neoprene gaskets for positive water tightness under test ripper ring. pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS $e Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS. extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC) Stortz face to be metal no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. r- Page-SP-59 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENTS WSDOT AMENDMENTS The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. SECTION I SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03, ROADWAY EXCAVATION CONDITIONS AND EMBANKMENT (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock 04.AP1 SECTION 1-04, SCOPE OF TIRE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of (March 3, 1997) Common Borrow is added. "Increased or Decreased Quantities" revised. "Embankments at Bridge and Trestle Ends" formula revised. 07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION RESPONSIBILITIES TO THE PUBLIC ( (March 3, 1997) March 3, 1997) A new Amendment. Sub-section 2-09.3(4) new Amendment. Sub-section 1-07.9(5) Required Documents is revised. Sub-section Construction Requirements, Structure Excavation, 1-07.13(4) Repair of Damage is added. Class B, Sub-section 2-09.4 Measurement, and "Required Records and Retention" revised, Sub-section 2-09.5 Payment are revised. Sub- section 2-09.3(1)E Backfilling, Controlled Density 09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. (March 3, 1997) "Payment for Material on Hand" revised. SECTION 3 l0.AP1 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 02.AP3 SECTION 3-02, STOCKPILING (March 3, 1997) AGGREGATES A new Amendment. Sub-section 1-10.3(5) (March 3, 1997) Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT (September 30, 1996) A new Amendment. Sub-section 5-04.3(10)B Control is revised. r- Page-SP-60 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added, l0.AP8 SECTION 8-10 GUIDE POSTS "Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996) and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3, 1997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment 11.AP8 SECTION 8-11, GUARDRAIL is supplemented with an additional item. Sub- (March 3, 1997) section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised. added. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) SECTION 7 "Materials", and "Measurement" are revised. 17.AP8 SECTION 8-17, IMPACT ATTENUATOR 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEMS CATCH BASINS (March 3, 1997) (March 3, 1997) Construction Requirements revised. Revised to include drywells. New standard item 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) A new Amendment. Sub-section 8-20.3(4) 06.AP7 SECTION 7-06, CONCRETE PIPE Foundations is revised. Sub-section 8-20.3(13)A ANCHORS Light standards is added. (March 3, 1997) "Equipment List and Drawings" revised. This section is deleted in its entirety. 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQUIREMENTS (March 3, 1997) A new Amendment. Sub-section 8-21.3(6) Sign (March 3, 1997) Refacing is revised. Sub-section 8-21.2 Materials A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is Sub-section 7-08.3(2)D Pipe Laying -- Steel or added. Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials" Sub-section 7-08.5 Payment are revised. are revised. "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. 22•AP8 SECTION 8-22, PAVEMENT MARKING "Standard plan for pipe collars pending. (March 3, 1997) A new Amendment. Sub-section 8-22.4 17.AP7 SECTION 7-17, SANITARY SEWERS Measurement is revised. (March 3, 1997) "Materials" revised. A new Amendment. Sub-section 7-17.3(2)C Infiltration Test is revised. Sub-section 7-17.2 Materials is added. "Infiltration Test" revised. 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) Page-SP-61 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling °1 A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. Report Number". 11.AP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997) (March 3, 1997) Asphalt waterproofing revised. "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, "" Material for Rigid Pipe is revised. Sub-section 9- 03.14(2) Select Borrow is revised. SLOPE PROTECTION, AND ROCK WALLS (March 3, 1997) "Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted. r. 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) (March 3, 1997) "Posts and Blocks", revised. No "Joint Mortar" revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS CULVERTS, AND CONDUITS (September 30, 1996) A new Amendment. Sub-section 9-17.1 General (March 3, 1997) is revised. A new Amendment. Sub-section 9-05.6(4) Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT .�, 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1) Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub- 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION Specifications. GEOTEXTILE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised. ow Placing in Treating Cylinders is revised.. rr ow Page-SP-62 Revision Date: May 19, 1997 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a. r r r r WSDOT AMENDMENTS WSDOTDOC\ bw WSDOT AMENDMENTS The following WSDOT Amendments are the complete text of all Amendments to the WSDOT/APWA 1.996 Standard Specifications for Road, Bridge and Municipal Construction, accepted and adopted by the City of Renton on May 19, 1997 and should be with any project specific Special Provisions contained within the contract document. Page-AMD-i Revision Date:May 19, 1997 �r Table of Contents WSDOTAMENDMENTS...................................................................................................................................i SECTION 1-04, SCOPE OF THE WORK March 3, 1997 .......................................................................................•• 5 1-04.6 Increased or Decreased Quantities........................................................................................................5 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 ................................ 5 1-07.9(5) Required Documents ..................................................................................................................... 5 1-07.11(10)B Required Records and Retention................................................................................................. 5 1-07.13(4) Repair of Damage........................................................................................................................ 5 SECTION 1-09,MEASUREMENT AND PAYMENT March 3, 1997........................................................................... 6 1-09.8 Payment for Material on Hand............................................................................................................ 6 SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 1997 ........................................................................ 6 r 1-10.2(1) Traffic Control Supervisor.............................................................................................................. 6 1-10.2(1) General......................................................................................................................................6 1-10.2(3) Conformance to Established Standards.............................................................................................. 8 r► 1-10.3(1) Traffic Control Labor....................................................................................................................8 1-10.3(2) Traffic Control Vehicle.................................................................................................................. 8 1-10.3(5) Temporary Traffic Control Devices................................................................................................... 8 1-10.4 Measurement.................................................................................................................................. 9 11111 1-10.5 Payment......................................................................................................................................... 9 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10 2-03.3(14)1 Embankments at Bridge and Trestle Ends.......................................................................................10 2-03.3(14)K Select or Common Borrow Including Haul.....................................................................................10 SECTION 2-09,STRUCTURE EXCAVATION March 3, 1997..................................................................................10 2-09.3(1)E Backfilling...............................................................................................................................10 • 2-09.4 Measurement .................................................................................................................................11 2-09.5 Payment........................................................................................................................................11 • SECTION 3-02, STOCKPILING AGGREGATES March 3, 1997..............................................................................11 3-02.3(1) Asphalt Concrete Aggregates..........................................................................................................11 SECTION 6-02, CONCRETE STRUCTURES March 3, 1997 ...................................................................................11 a1 6-02.3(4)D Temperature and Time For Placement............................................................................................11 6-02.3(11) Curing Concrete ........................................................................................................................12 6-02.3(17)J Face Lumber,Studs, Wales, and Metal Forms ................................................................................12 6-02.3(24)A Field Bending..........................................................................................................................12 6-02.3(25)F Prestress Release......................................................................................................................12 SECTION 6-10, CONCRETE BARRIER March 3, 1997..........................................................................................13 6-10.3(1) Precast Concrete Barrier...............................................................................................................13 6-10.5 Payment........................................................................................................................................13 SECTION 7-05,MANHOLES, INLETS, AND CATCH BASINS March 3, 1997...........................................................13 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS...............................................................13 7-05.1 Description....................................................................................................................................13 7-05.2 Materials.......................................................................................................................................13 • 7-05.3 Construction Requirements................................................................................................................14 7-05.4 Measurement .................................................................................................................................14 7-05.5 Payment........................................................................................................................................14 SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997.................................................................................15 • Page-AMD-ii Revision Date:May 19, 1997 w SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................... 7-08.2 Materials.......................................................................................................................................15 7-08.3(1)A Trenches..................................................................................................................................15 r7-08.3(1)C Pipe Zone Bedding.....................................................................................................................15 7-08.3(1)C Bedding the Pipe.........................................................................................................................15 7-08.3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15 7-08.3(2)G Jointing of Dissimilar Pipe............................................................................................................16 7-08.4 Measurement .................................................................................................................................16 7-08.5 Payment........................................................................................................................................16 SECTION 7-17,SANITARY SEWERS March 3, 1997 ............................................................................................16 7-17.2 Materials................................................................................ ......................16 ................................. 7-17.3(2)C Infiltration Test.........................................................................................................................17 SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997 .............................................................................17 8-09.1 Description....................................................................................................................................17 8-09.3 Construction Requirements................................................................................................................17 8-09.3(5) Recessed Pavement Marker..............................................................................................................17 it 8-09.5 Payment........................................................................................................................................17 SECTION8-11, GUARDRAIL March 3, 1997.......................................................................................................17 8-11.3(1)C Erection of Rail.........................................................................................................................17 Y1° 8-11.3(1)D Anchor Installation SECTION8-15, RIPRAP March 3, 1997..............................................................................................................18 8-15.2 Materials.......................................................................................................................................18 8-15.4 Measurement .................................................................................................................................18 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3, 1997........................................................................18 rr 8-17.3 Construction Requirements................................................................................................................18 SECTION 8-20, ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18 'r AND ELECTRICAL March 3, 1997....................................................................................................................19 8-20.2(1) Equipment List and Drawings.........................................................................................................19 8-20.3(13)A Light Standards.......................................................................................................................19 SECTION 8-21, PERMANENT SIGNING March 3, 1997 8-21.2 Materials.......................................................................................................................................19 8-21.3 Construction Requirements................................................................................................................19 8-21.3(4) Sign Removal..............................................................................................................................20 8-21.3(9)F Bases......................................................................................................................................20 8-21.3(10)A Sign Lighting Luminaires........................................................................................................... 8-21.3(9)G Identification Plates...................................................................................................................20 + 8-21.3(12) Steel Sign Posts..........................................................................................................................20 SECTION 8-22, PAVEMENT MARKINGS March 3, 1997.......................................................................................21 8-22.2 Materials.......................................................................................................................................21 aw SECTION 9-02, BITUMINOUS MATERIALS March 3, 1997...................................................................................21 9-02.4 Anti-Stripping Additive....................................................................................................................21 SECTION 9-03, AGGREGATES March 3, 1997....................................................................................................21 9-03.12 Gravel Backfill..............................................................................................................................21 9-03.12(5) Gravel Backfill for Drywells .........................................................................................................22 r9-03.14(2) Select Borrow............................................................. .......................................................22 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22 rr9-04.3 Joint Mortar..................................................................................................................................22 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997.........................................22 9-05.4(7) Coupling Bands...........................................................................................................................22 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe .................22 Page-AMD-iii Revision Date:May 19, 1997 am 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe...22 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23 9-05.19 Corrugated Polyethylene Culvert Pipe ................................................................................................23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ................................................23 9-06.16 Roadside Sign Structures..................................................................................................................24 rr 9-06.5(3) High Strength Bolts......................................................................................................................24 9-06.5(4) Anchor Bolts...............................................................................................................................24 9-06.5(5) Bolt,Nut, and Washer Specifications......................................................................................................25 SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25 9-09.3(1)B Placing in Treating Cylinders .......................................................................................................25 SECTION 9-11, WATERPROOFING March 3, 1997..............................................................................................25 9-11.1 Asphalt for Waterproofing................................................................................................................25 r SECTION9-12,MASONRY UNITS March 3, 1997................................................................................................25 9-12.4 Precast Concrete Manholes................................................................................................................25 9-12.5 Precast Concrete Catch Basins ...........................................................................................................26 9-12.7 Precast Concrete Drywells.................................................................................................................26 SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS March 3, 1997....................26 9-13.4 Concrete Slab Ri ra ...............-....••••.•••26 SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997 ....................................................................................26 9-16.3(1) Rail Element...............................................................................................................................26 9-16.3(2) Posts and Blocks..........................................................................................................................26 9-16.3(5) Anchors.....................................................................................................................................27 t� Page-AMD-iv Revision Date:May 19, 1997 1 1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage i 1 { TC "SECTION 1-04, SCOPE OF THE WORK" }SECTION 1-04, SCOPE OF THE 2 WORK 3 March 3, 1997 4 1-04.6 Increased or Decreased Quantities ,,. 5 The first sentence of Item no. 1 in the first paragraph is revised to read: 6 7 Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the 8 original bid quantity. 9 0 Item no. 2 in the first paragraph is revised to read: 1 2 Either parry to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of 3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due 4 solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount 5 originally bid for the item. 6 7 Item no.4 in the second paragraph is deleted. 8 { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE 9 PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO o THE PUBLIC 1 March 3, 1997 — 2 1-07.9(5) Required Documents 3 The fifth sentence of the third paragraph is revised to read: 4 r 5 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in 6 the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the 7 contract provisions. 8 9 1-07.11(10)B Required Records and Retention 0 The reference to "PR 1391" in the first sentence of the second paragraph is revised to read "FHWA 1391". 1 2 The third paragraph is revised to read: 3 4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the 5 Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all 6 Contracting Agency funded projects, and those Federally funded projects under$100,000. 7 8 1-07.13(4) Repair of Damage 9 The second sentence of the first paragraph is revised to read: 0 1 For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section 2 1-04.4 rir Page-AMD-5 Revision Date:May 19, 1997 1-09.8 Payment for Material on Hand 1-10.2(1) General 1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1-09, 2 MEASUREMENT AND PAYMENT 3 March 3, 1997 4 1-09.8 Payment for Material on Hand 5 The first sentence of the fifth paragraph is revised to read: 6 7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000. 8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" }SECTION 1-10, 9 TEMPORARY TRAFFIC CONTROL o March 3, 1997 1 1-10.2(1) Traffic Control Supervisor 2 This section is revised to read: 3 4 1-10.2(1) General 5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager 6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic 7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required 8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor 9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS 0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to 1 the same degree as the primary TCM and TCS. 2 3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be 4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have 5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any 6 deficiency in the traffic control system. 7 8 1-10.2(1)A Traffic Control Manager 9 The duties of the Traffic Control Manager include: 0 1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- 2 adopted traffic control plan(s) with the Engineer. 3 4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any 5 adjacent construction or maintenance operations. 6 7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) 8 with appropriate police, fire control agencies, city or county engineering, medical emergency 9 agencies, school districts, and transit companies. 0 Page-AMD-6 Revision Date:May 19, 1997 r 1-10.2(1) General 1-10.2(1) General 1 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and 2 orderly movement of vehicular and pedestrian traffic. 3 4 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for 5 Streets and Highways for the State of Washington and applicable standards and specifications 6 available at all times on the project. 7 8 6. Attending all project meetings where traffic management is discussed. 9 0 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations. 1 2 1-10.2(1)B Traffic Control Supervisor 3 A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. ,r 4 5 . The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be 6 able to be on the jobsite within a 45-minute time period after notification by the Engineer. 7 8 The TCS's duties shall include: 9 0 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, 1 message, cleanliness, and effect on the traveling public. Traffic control devices shall be 2 inspected each work shift except that Class A signs and nighttime lighting need to be checked r 3 only once a week. Traffic control devices left in place for 24 hours or more should also be 4 inspected once during the nonworking hours when they are initially set up (during daylight or 5 darkness, whichever is opposite of the working hours). 6 7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-04013, which shall be 8 submitted to the Engineer no later than the end of the next working day to become a part of the 9 project records. The Contractor may use their own form if it is approved by the Engineer. 0 Include in the diary such items as: 1 2 a. When signs and traffic control devices are installed and removed, 3 b. Location and condition of signs and traffic control devices, 4 c. Revisions to the traffic control plan, 5 d. Lighting utilized at night, and " 6 e. Observations of traffic conditions. 7 8 3. Ensuring that corrections are made if traffic control devices are not functioning as required. 9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as 0 long as the original intent of the traffic control plan is maintained and the revision has 1 concurrence of the WSDOT TCS. 2 3 4. Attending traffic control coordinating meetings or coordination activities as authorized by the 4 Engineer. 5 6 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS 7 are accomplished. Possession of a current flagging card by the TCS is mandatory. r 8 9 A reflective vest and hard hat shall be worn by the TCS. 0 Page-AMD-7 Revision Date:May 19, 1997 5 Control Devices 1-10.2(3) Conformance to Established Standards 1-10.3(5) Temporary Traffic 1 1-10.2(3) Conformance to Established Standards 2 This section is supplemented with the following: 3 4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality 5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the 6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a 7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and so 8 replaced within 12 hours. 9 0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American I Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 2 898-5400, FAX (703) 898-5510. 3 4 1-10.3(1) Traffic Control Labor 5 The first sentence of the second paragraph is replaced with the following two sentences: "r 6 7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or 8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. ' 9 0 1-10.3(2) Traffic Control Vehicle "r 1 This section is revised to read: 2 3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing 4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and 5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for 6 transporting signs shall be limited to: 7 8 1. Set up and removal, 9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary 0 storage is approved by the Engineer, and 1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans, 2 approved traffic control plan, or the orders of the Engineer. 3 4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360 5 degrees. 6 7 1-10.3(5) Temporary Traffic Control Devices 8 The first sentence of the first paragraph is revised to read: 9 o When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this 1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control 2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another 3 item. 4 Page-AMD-8 Revision Date:May 19, 1997 1-10.4 Measurement 1-10.5 Payment 1 1-10.4 Measurement so 2 The fourth paragraph is revised to read: 3 4 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties an 5 described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the 6 Engineer authorizes the TCS to be on the jobsite during non-working shifts. 7 M 8 The following paragraph is inserted after the fourth paragraph: 9 0 No unit of measure will apply to the position of traffic control manager and it will be considered incidental to r. 1 unit contract prices. When the traffic control manager performs the duties of the traffic control supervisor, 2 measurement and payment will be as specified for the traffic control supervisor. 3 �. 4 The sixth paragraph is revised to read: 5 6 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used 7 for the previously described work. The Contractor may use more than one vehicle to perform this work, s however, all the vehicles used will be considered one unit for the days that more than one vehicle is used. 9 Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing 0 the work required by this section but will be excluded from payment under this section. 1 2 1-10.5 Payment 3 The bid item "Traffic Control Supervisor", per day, is revised to read: 4 10 5 "Traffic Control Supervisor", per hour. 6 7 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read: lr g 9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person 0 performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. M 1 2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read 3 "Section 1-10.3(5)". .r 4 5 The first paragraph following the bid item "Traffic Control Vehicle" is revised to read: 6 7 The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for to 8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for 9 under the item "Traffic Control Labor" or "Traffic Control Supervisor". 0 1 The last paragraph of this section is deleted. .r Page-AMD-9 Revision Date:May 19, 1997 MW d 2-03.3(14)1 Embankments at Bridge and Trestle Ends 2-09.3(1)E Backfillin 1 { TC "SECTION 2-039 ROADWAY EXCAVATION AND EMBANKMENT" 2 }SECTION 2-039 ROADWAY EXCAVATION AND EMBANKMENT 3 March 3, 1997 4 2-03.3(14)I Embankments at Bridge and Trestle Ends 5 The third paragraph is replaced with the following two paragraphs: 6 7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly 8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the 9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the 0 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers 1 and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet 09 2 unless approved by the Engineer. 3 4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) IN 5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for 6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and 7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft3 8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the 9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear 0 any added cost that results from the change. 1 2 2-03.3(14)K Select or Common Borrow Including Haul W 3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read 4 "Section 9-03.14(3). 5 { TC "SECTION 2-099 STRUCTURE EXCAVATION" }SECTION 2-09, 6 STRUCTURE EXCAVATION aw 7 March 3, 1997 At 8 2-09.3(1)E Backfilling 9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read: 0 1 Ingredients Amount per Cu. Yd. 2 Portland Cement 50 lb. 3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is 4 used.) 5 Air Entrainment Admixture Per Manufacturer's recommendations 6 Fly Ash Class F or 300 lb. 7 Fly Ash Class C 150 lb. 8 Water 300 lb. (maximum) 9 Page-AMD-10 Revision Date:May 19, 1997 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement r 1 2-09.4 Measurement r+ 2 Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe 3 arches, structural pipes, and underpasses" are deleted and replaced with the following: 4 �• 5 For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be 6 calculated based on the following trench width: 7 .� 8 For drain and underdrain pipes, trench width = I.D. + 12 inches. 9 For pipes 15 inches and under, trench width = I.D. + 30 inches. 0 For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches. rr 1 2 Under "Horizontal Limits" the following new paragraph is added: 3 4 For drywells, the limits shall be in accordance with the Standard Plans. 5 6 The paragraph for "Gravel Backfill" is revised to read: 7 8 Gravel Backfill 9 Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the ,r 0 cubic yard in place determined by the neat lines required by the Plans. 1 ,., 2 2-09.5 Payment 3 The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted. 4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-02, 5 STOCKPILING AGGREGATES .. 6 March 3, 1997 ,. 7 3-02.3(1) Asphalt Concrete Aggregates 8 The first paragraph is revised to read: 9 " 0 Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the 1 class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size 2 shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use, 3 except as modified in Section 9-03.8. 4 { TC "SECTION 6-02, CONCRETE STRUCTURES" }SECTION 6-02, CONCRETE 5 STRUCTURES 6 March 3, 1997 7 6-02.3(4)D Temperature and Time For Placement ' 8 The first paragraph is supplemented with the following: 9 Page-AMD-11 Revision Date:May 19, 1997 6-02.3(11) Curing Concrete 6-02.3(25)F Prestress Release 1 Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being 2 placed. id 3 4 6-02.3(11) Curing Concrete „ 5 Item number 1 of the first paragraph is revised to read: 6 7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs, rM 8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing 9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days. 0 1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 2 The 22nd paragraph of Section 6-02.3(17)) is revised to read: 3 4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the • 5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval 6 shall be based on laboratory test results or selection off the current Qualified Products List. 7 me 8 6-02.3(24)A Field Bending 9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read: ,r 0 1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar 2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and 3 smaller may be bent without heating; 4 5 Table 1 is supplemented with the following: 6 7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall 8 be specified in Section 9-07. aYl 9 o 6-02.3(25)F Prestress Release rr 1 This Section is supplemented with the following: 2 3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum 4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with 5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 6 the proposed release concrete compressive strength. The calculated release strength shall meet the 7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated 9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the 0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of i the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that 2 results from the change. Page-AMD-12 Revision Date:May 19, 1997 6-10.3(1) Precast Concrete Barrier 7-05.2 Materials 1 { TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE 2 BARRIER 3 March 3, 1997 4 6-10.3(1) Precast Concrete Barrier 5 The first two paragraphs are replaced with the following paragraph: 6 7 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No 8 concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same 9 conditions show the concrete has reached 4000 psi. 0 1 The fifth paragraph is revised to read: r• 2 3 Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be 4 cured in the forms until a rebound number test, or test cylinders which have been cured under the same " 5 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No 6 additional curing is required once the barrier is removed from the forms. 7 rp 8 6-10.5 Payment ,. 9 Section 6-10.5, Payment, is supplemented with the following: 0 1 "Single Slope Concrete Barrier", per linear foot. 2 The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in 3 place or precast single slope concrete barrier. 4 { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" }SECTION 5 7=05, MANHOLES, INLETS, AND CATCH BASINS 6 March 3, 1997 7 The title of this section is revised to read: 8 9 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS •. 0 1 7-05.1 Description 2 In the first paragraph, the work "drywells" is inserted after the word "inlets". 3 4 7-05.2 Materials 5 This section is supplemented with the following: 6 7 Crushed Surfacing Base Course 9-03.9(3) 8 Gravel Backfill For Drywells 9-03.12(5) Page-AMD-13 Revision Date:May 19, 1997 7-05.3 Construction Requirements 7-05.5 Payment 1 Precast Concrete Drywells 9-12.7 2 Underground Drainage Geotextile, 3 Moderate Survivability 9-33.1 a 5 7-05.3 Construction Requirements 6 The following paragraph is inserted after the first paragraph: 7 8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill 9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in o accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the 1 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the 2 drywell. 40 3 4 The third paragraph is deleted. 5 6 The eighth paragraph is supplemented with the following: 7 8 Mortar shall conform to the requirements of Section 9-04.3. 9 o The 15th paragraph is revised to read: 1 2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of 3 Section 2-09. 4 5 The 16th paragraph is revised to read: 40 6 7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level 8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. to 9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures o shall conform to the requirements of the Standard Plan except as approved by the Engineer. 1 a 2 7-05.4 Measurement 3 This section is supplemented with the following: 4 5 Precast Concrete Drywell will be measured per each. 6 v, 7 7-05.5 Payment i 8 The bid item "Abandon Drainage Structure", per each, is revised to read: 9 0 "Abandon Existing Manhole", per each. 1 2 This section is supplemented with the following: 3 4 "Precast Concrete Drywell", per each. Page-AMD-14 Revision Date:May 19, 1997 7-08.2 Materials 7-08.3(2)D Pipe Laying -Steel or Aluminum I The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing 2 the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and " 3 drainage geotextile. 4 { TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06, 5 CONCRETE PIPE ANCHORS 6 March 3, 1997 7 This section is deleted in its entirety. 8 { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS'' 9 }SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS o March 3, 1997 1 7-08.2 Materials 2 This section is revised to read: 3 4 Materials shall meet the requirements of the following sections: 5 6 Gravel Backfill for Foundations 9-03.12(l) 7 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 8 Bedding Material for Thermoplastic Pipe 9-03.16 9 o 7-08.3(1)A Trenches 1 The second paragraph is revised to read: .r 2 3 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given 4 by the Engineer. 5 6 7-08.3(1)C Pipe Zone Bedding 7 This section heading is revised as follows: 8 9 7-08.3(1)C Bedding the Pipe o In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone +.� 1 bedding". 2 3 7-08.3(2)D Pipe Laying - Steel or Aluminum 4 The first paragraph is revised to read: 5 "P 6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of 7 circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed r 8 together with approved bands. Page-AMD-15 Revision Date:May 19, 1997 r 0 7-08.3(2)G Jointing of Dissimilar Pie 7-17.3(2)C Infiltration Test 1 li 2 7-08.3(2)G Jointing of Dissimilar Pipe 3 This section is revised to read: 40 4 5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a 6 pipe collar as detailed in the Standard Plans. 40 7 8 7-08.4 Measurement so 9 The following new paragraph is inserted after the first paragraph: 0 1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert 2 and storm sewer pipes. 3 4 7-08.5 Payment 5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per r 6 cubic yard. 7 8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding": twr 9 o All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the 1 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of 2 pipe installed. 3 4 This section is supplemented with the following paragraph: 5 6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract 7 price per linear foot for the size and type of pipe being jointed. 8 { TC "SECTION 7-17, SANITARY SEWERS" }SECTION 7-17, SANITARY 9 SEWERS o March 3, 1997 1 7-17.2 Materials 2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary 3 Sewer Pipe". 4 5 The fourth paragraph is supplemented with the following: 6 7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) 8 9 7-17.3(2)C Infiltration Test The reference to " in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per o Th ( p ) P 1 hour)". Page-AMD-16 Revision Date:May 19, 1997 w 8-09.1 Description 8-11.3(1)D Anchor Installation 1 { TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED .. 2 PAVEMENT MARKER 3 March 3, 1997 4 8-09.1 Description 5 The word "raised" is deleted from the first and second sentences. 6 7 8-09.3 Construction Requirements 8 This Section is revised by adding the following new Section: 9 0 8-09.3(5) Recessed Pavement Marker 1 The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the 2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans. 3 4 8-09.5 Payment 5 The first paragraph is supplemented with the following new bid item: W 6 7 "Recessed Pavement Marker", per hundred. 8 W 9 The second paragraph is revised to read: 0 1 The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type am 2 2", "Raised Pavement.Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for 3 furnishing and installing the markers in accordance with these Specifications, including all costs involved with 4 traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5. ow 5 { TC "SECTION 8-11, GUARDRAIL" }SECTION 8-11, GUARDRAIL 6 March 3, 1997 7 8-11.3(1)C Erection of Rail 8 The following paragraph is inserted after the second paragraph: 9 o When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be 1 installed. The inside and outside rail elements shall not be staggered. 2 r 3 8-11.3(1)D Anchor Installation 4 The heading is revised to read: 'W 5 6 Terminal and Anchor Installation 7 8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes". Page-AMD-17 Revision Date:May 19, 1997 VW 8-15.2 Materials 8-20.2(1) Equipment List and Drawings 1 2 This section is supplemented with the following: 16 3 a Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all 5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's 40 6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. 7 Assembly and installation shall be in accordance with the manufacturer's recommendations. 8 { TC "SECTION 8-15, RIPRAP" }SECTION 8-159 RIPRAP 9 March 3, 1997 r 0 8-15.2 Materials 40 1 The reference to Slab Riprap in the first paragraph is deleted. 2 40 3 8-15.4 Measurement a The third paragraph is revised to read: No 5 6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed. 7 8 The fifth paragraph dealing with Concrete Slab Riprap is deleted. 9 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS o March 3, 1997 1 8-17.3 Construction Requirements 2 The following paragraph is inserted before the first paragraph: 3 4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that 5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided 6 to the Engineer prior to installation. 7 8 The first sentence of the first paragraph is revised to read: 9 r 0 Assembly and installation shall be in accordance with the manufacturer's recommendations. 1 { TC "SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 3 AND ELECTRICAL , 4 March 3, 1997 5 8-20.2(1) Equipment List and Drawings 6 The fifth paragraph is revised to read: jrr 7 Page-AMD-18 Revision Date:May 19, 1997 8-20.3(13)A Light Standards 8-21.3(9)F Bases 1 The Contractor will not be required to submit shop drawings for approval for light standards conforming to the 2 pre-approved plans listed in the Qualified Products List. 3 4W 4 8-20.3(13)A Light Standards 5 The first sentence of Item No. 2 in the third paragraph is deleted. 6 w 7 The first sentence of Item No. 4 in the third paragraph is deleted. 8 { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT ` 9 SIGNING o March 3, 1997 1 8-21.2 Materials w 2 The second sentence of the first paragraph is revised to read: 3 4 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the W 5 requirements of Section 9-06. 6 7 8-21.3 Construction Requirements 8 8-21.3(4) Sign Removal w 9 This section is revised to read: 0 1 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign 2 structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete 3 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the 4 Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the 5 post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures, 6 metal sign posts, windbeams, and other metal structural members shall become the property of the 7 Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT. 8 The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to: 4W 9 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number o shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense 1 to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical aw 2 completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall 3 become the property of the Contractor and removed from the project. The Contractor will be charged 4 $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation. 5 6 8-21.3(9)F Bases 7 The second sentence of the second paragraph is revised to read: 8 s Page-AMD-19 Revision Date:May 19, 1997 r. 8-21.3(10)A Sin Lighting Luminaires 8-22.2 Materials I Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all 2 other sign structure bases. » 3 4 The second paragraph is supplemented with the following: 5 6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3. 7 8 8-21.3(10)A Sign Lighting Luminaires 9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15". of 0 1 This section is revised by adding the following new sections: 2 • 3 8-21.3(9)G Identification Plates 4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign 5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign 6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign 7 structures and give them to the Engineer. , 8 9 8-21.3(12) Steel Sign Posts 0 Steel sign posts shall be connected to concrete bases using the following procedure: 1 2 1. Remove all galvanized runs and beads from washer area. 3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates. 4 3. Shim as required to plumb sign posts. 5 4. Tighten bolts in a systematic order to required torque while not over tightening. 6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening. 7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent 8 loosening. ar 9 0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall 1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M 2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches 3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. 4 { TC "SECTION 8-229 PAVEMENT MARKINGS'' }SECTION 8-22, PAVEMENT �. 5 MARKINGS 6 March 3, 1997 7 8-22.2 Materials 8 The first sentence is revised to read: 9 0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved 1 materials listed in the Qualified Products List. 2 3 8-22.4 Measurement Page-AMD-20 Revision Date:May 19, 1997 9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow I The second sentence of the eighth paragraph is revised to read: 2 3 Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for 4 the area actually removed. 5 { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-02, 6 BITUMINOUS MATERIALS •. 7 March 3, 1997 — 8 9-02.4 Anti-Stripping Additive 9 This section is revised in its entirety to read: 0 1 When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the 2 option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the 3 aggregate on the cold feed. Once the process and type of anti-stripping additive proposed by the Contractor 4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and 5 amount of anti-stripping additive shall not be changed without approval of the Engineer. 6 7 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the 8 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt. 9 • 0 When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall 1 not exceed 0.67 percent by mass (weight) of the aggregate. 2 3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered 4 based on a proposal from the Contractor. 5 { TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES 6 March 3, 1997 "P 7 9-03.12 Gravel Backfill aw 8 This section is supplemented with the following new section: 9 0 9-03.12(5) Gravel Backfill for Drywells 1 Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete, 2 Grading No. 4 in accordance with Section 9-03.1(3)C. rr 3 4 9-03.14(2) Select Borrow 5 The sand equivalent requirement in the first paragraph is revised to read "25 min." rr UW Page-AMD-21 Revision Date:May 19, 1997 aw 9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe I { TC "SECTION 9-049 JOINT AND CRACK SEALING MATERIALS" }SECTION 9- 2 04, JOINT AND CRACK SEALING MATERIALS 3 March 3, 1997 �► 4 9-04.3 Joint Mortar sr 5 The first paragraph is revised to read: 6 7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient "r 8 water to allow proper workability. 9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS" o }SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 1 March 3, 1997 • 2 9-05.4(7) Coupling Bands 4 3 The first paragraph is supplemented with the following: 4 5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed 6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers 7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When i 8 flat band couplers are used, pipe arch ends are not required to be recorrugated. 9 o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and 1 PVC Sanitary Sewer Pipe 2 The section heading is revised to read: • 3 4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC r 5 Sanitary Sewer Pipe 6 go 7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: 8 9 "solid wall PVC sanitary sewer pipe" so 0 1 The third paragraph is revised to read: 2 so 3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented. 4 5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 6 The section heading is revised to read: 7 Page-AMD-22 Revision Date:May 19, 1997 4W 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe 1 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC 2 Sanitary Sewer Pipe 3 .. 4 The first paragraph is revised to read: 5 6 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO 7 M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM 8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List. 9 ,,. 0 The first sentence of the third paragraph is revised to read: 1 2 Qualified producers are identified in the Qualified Products List. W 3 4 The fifth paragraph is revised to read: 5 6 Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46. 7 8 9-05.19 Corrugated Polyethylene Culvert Pipe 9 The second sentence of the first paragraph is revised to read: 0 +� 1 The maximum pipe diameter shall be as specified in the Qualified Products List. 2 3 The first sentence of the fourth paragraph is revised to read: ♦ 4 5 Qualified producers are identified in the Qualified Products List. 6 • 7 9-05.20 Corrugated Polyethylene Storm Sewer Pipe 8 The first subparagraph in the first paragraph is revised to read: 9 �r 0 The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a 1 producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List. •. 2 { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS'' 3 }SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 4 March 3, 1997 w 5 This section is revised by adding the following: 6 ow 7 9-06.16 Roadside Sign Structures 8 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293. 9 0 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B. 40 1 2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the 3 requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable to 4 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183. Page-AMD-23 Revision Date:May 19, 1997 Ow 9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer Specifications t 1 2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M 3 222, AASHTO M 223, or ASTM A 572 Grade 50. 4 5 Base connectors for multiple directional steel breakaway posts shall conform to the following: 6 7 brackets Aluminum Alloy 6061 T-6 s bosses for Type 2B brackets ASTM A 582 9 coupling bolts ASTM A 325 0 anchor bolts ASTM 304 stainless steel for threaded I portion. AISI 1038 steel rod and AISI 2 1008 coil for cage portion. 3 4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as 5 follows: 6 7 Type 2A 17,000 to 21,000 lb. s Type 2B 47,000 to 57,000 lb. 9 o For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For 1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass 2 conforming to ASTM B 36. 3 4 9-06.5(3) High Strength Bolts 5 The first two sentences of the second paragraph are revised to read: 6 7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are 8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing 9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's o Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. ■r► 2 9-06.5(4) Anchor Bolts 3 The first paragraph is revised to read: �► 4 5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts 6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with 7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested 8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot 9 provided shall show the ultimate tensile strength test results. 0 1 9-06.5(5) Bolt, Nut, and Washer Specifications rrr 2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436". .r Page-AMD-24 Revision Date:May 19, 1997 ry 9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins ar 1 { TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND 2 LUMBER 3 March 3, 1997 4 9-09.3(1)B Placing in Treating Cylinders 5 The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade w 6 Requirements Table are deleted. 7 8 The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted. �r 9 { TC "SECTION 9-11, WATERPROOFING" )SECTION 9-11, WATERPROOFING o March 3, 1997 1 9-11.1 Asphalt for Waterproofing 2 In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM 1341". 3 { TC "SECTION 9-12, MASONRY UNITS" )SECTION 9-12, MASONRY UNITS 4 March 3, 1997 5 9-12.4 Precast Concrete Manholes w 6 This section is revised to read: 7 8 Precast concrete manholes shall meet the requirements of AASHTO M 199. Ott 9 o The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral 1 displacement. • 2 3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections 4 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type 5 III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be 6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 7 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 8 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be 9 furnished with knockouts or cutouts. 0 1 9-12.5 Precast Concrete Catch Basins 2 This section is supplemented with the following: 3 4 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 5 6 Section 9-12 is supplemented with the following new section: 7 s Page-AMD-25 Revision Date:May 19, 1997 r 9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors 1 9-12.7 Precast Concrete Drywells 2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may 3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly 5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference. 6 { TC "SECTION 9-139 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND .,,, 7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE 8 PROTECTION, AND ROCK WALLS • 9 March 3, 1997 o 9-13.4 Concrete Slab Riprap 1 This section is deleted. 2 3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-169 FENCE AND 4 GUARDRAIL s March 3, 1997 .r 6 9-16.3(1) Rail Element 7 The first paragraph is revised to read: 8 9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail 4p 1 elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F 2 end sections, which shall be formed from 10 gage steel. 3 4 9-16.3(2) Posts and Blocks 5 The second sentence of the first paragraph is revised to read: 6 7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance 8 with manufacturers recommendations. 9 o 9-16.30 Anchors 1 The following paragraph is inserted after the third paragraph: 2 3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or 4 ASTM A 501. 5 6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17". Page-AMD-26 Revision Date:May 19, 1997 a. �s aw go SPECIAL PROVISIONS low "M SPHCPROV DOC\ ... Table of Contents Division1 General............................................................................................................................1-1 1.1 Project Description.........................................................................................................1-1 �r 1.2 Contractor's Responsibility ....................1-1 ....................................................................... 1.3 Standard Specifications ..............................1-2 .................................................................... N 1.4 Permits and Licenses......................................................................................................1-2 1.5 Pre-Construction Conference.......................................................................................1-2 +r 1.6 Submittal and Shop Drawings......................................................................................1- 1.7 Substitutions.....................................................................................................................1-4 A. Prior to Bid Opening.....................................................................................................1- B. After Contract Execution..............................................................................................1-4 M" 1.8 Site Control......................................................................................................................1-5 1.9 Temporary Traffic Control...........................................................................................1-5 of 1.10 Waste Material Control..................................................................................................1-5 1.11 Temporary Facilities and Utilities.................................................................................1-7 g" 1.12 Contractor Conducted Progress Meetings..................................................................1-7 1.13 General Roles of Owner and Engineer.......................................................................1-8 1.14 Schedule of Values..........................................................................................................1-8 A. General.............................................................................................................................1-8 w. B. Preliminary Schedule of Values....................................................................................1-9 C. Detailed Schedule of Values..........................................................................................1-9 or D. Change to the Schedule of Values................................................................................1-9 1.15 Testing, Startup and Operation....................................................................................1-9 ,w A. Schedule...........................................................................................................................1-9 B. Contractor's Responsibility......................................................................................... 1-10 C. Testing 1-10 D. Pump System Testing ........................................ 1-10 up E. Startup 1-11 ........................................................................................................................... F. Operation...................................................................................................................... 1-11 1.16 Operation and Maintenance Manuals....................................................................... 1-11 1.17 As-Constructed and Warranty Records.................................................................... 1-12 1.18 Warranty 1-12 Division2 Sitework........................................................................................................................ ii ]:\data\REN\104-035\Design\Specs\Renton Technicals.doc 10/26/2004 12:30 I'M ©2004 RH2 Engineering,Inc. 2.1 General.............................................................................................................................2-1 2.2 Submittals.........................................................................................................................2-1 2.3 Erosion And Sedimentation Control...........................................................................2-1 2.4 Dewatering.......................................................................................................................2-2 2.5 Construction Access.......................................................................................................2-3 2.6 Clearing and Grubbing.................................................................................................. 2.7 Excavation.......................................................................................................................2-3 2.8 Trench Safety and Shoring............................................................................................2-4 2.9 Property Restoration......................................................................................................2-4 2.10 Hazardous Content of Fill Material.............................................................................2-4 2.11 Select Fill..........................................................................................................................2-4 2.12 Gravel Top Course.........................................................................................................2-5 2.13 Paving...............................................................................................................................2-5 2.14 Landscaping and Irrigation System..............................................................................2-5 A. General.............................................................................................................................2-5 B. Protection.........................................................................................................................2-5 C. Quality Assurance...........................................................................................................2-5 D. Project Conditions..........................................................................................................2-5 E. Materials...........................................................................................................................2-6 F. Inspection........................................................................................................................2-6 G. Preparation.......................................................................................................................2-6 H. Plant Establishment Period...........................................................................................2-7 1. Acceptance.......................................................................................................................2-7 J. Cleaning............................................................................................................................2-7 K. Plantings for Landscape Warranty...............................................................................2-7 L. Irrigation System.............................................................................................................2-8 2.15 Temporary Construction Access Fence......................................................................2-8 2.16 Construction Fence Perimeter Signs.......................... Division3 Concrete..........................................................................................................................3-1 3.1 General.............................................................................................................................3-1 3.2 Submittals.........................................................................................................................3-1 3.3 Inspection........................................................................................................................3-1 3.4 Testing..............................................................................................................................3-1 3.5 Concrete Materials................................................................... ............................3-1 A. Cast-in-place Concrete...................................................................................................3-2 ll J:\data\REN\104035\Design\Specs\Renton Technicals.doc 10/26/200412:30 PM 0 2004 RI-12 Engineering,Inc. -3 2W B. Controlled Density Fill (CDF) .3-2 ..................................................................................... 3.6 Formwork........................................................................................................................3-3 60 3.7 Reinforcing Steel.............................................................................................................3-3 3.8 Pre-Cast Concrete...........................................................................................................3-3 w3.9 Cast-In-Place Concrete..................................................................................................3-4 3.10 Non-Shrink Grout..........................................................................................................3-4 • 3.11 Finish Schedule...............................................................................................................3-4 A. Ordinary Wall Finish......................................................................................................3-5 toB. Light Brush Finish..........................................................................................................3-5 Division 4 Masonry Not Used this Contract...............................................................................4-1 Division 5 Fabricated Metalwork and Structural Plastics...........................................................5-1 5.1 General.............................................................................................................................5-1 ... 5.2 Inspections.......................................................................................................................5-1 5.3 Submittals.........................................................................................................................5-1 .r 5.4 Structural Connectors ....................................................................................................5-1 5.5 Concrete Anchors...........................................................................................................5-1 ,w. 5.6 Ladders - General...........................................................................................................5-2 5.7 Fiberglass Reinforced Plastic (FRP) Ladders .............................................................5-2 rr Division 6 Carpentry Not Used this Contract.............................................................................6-1 Division 7 Thermal and Moisture Protection Not Used this Contract...................................7-1 Division 8 Doors and Windows Not Used this Contract...........................................................8-1 to Division9 Finishes ...........................................................................................................................9-1 9.1 General.............................................................................................................................9-1 +rr 9.2 Submittals.........................................................................................................................9-1 9.3 Surface Preparation and Application...........................................................................9-1 to 9.4 Coating Quality 9-2 9.5 Substitutions....................................................................................................................9-2 ow9.6 Color.................................................................................................................................9-2 A. Ductile Iron Pipe—Fitting and Valves........................................................................9-2 +wr B. Concrete Vault................................................................................................................9-2 9.7 Inspection........................................................................................................................9-3 w 9.8 Compatibility of Coating...............................................................................................9-4 9.9 Acceptance.......................................................................................................................9-4 • Division10 Specialties................................................................................................................... 10-1 1r iii J:\data\REN\104035\Design\Specs\Renton Technicals.doc 10/26/200412:30 PM ©2004 RH2 Engineering,Inc. bw 10.1 General......................................................... ................................................................ 10-1 10.2 Submittals...................................................................................................................... 10-1 , 10.3 Fire Extinguisher (Flushing Station Only) ....................................... 10-1 10.4 First Aid Kit (Flushing Station Only) 10-1 Division11 Equipment................................................................................................................. 11-1 11.1 General.......................................................................................................................... 11-1 11.2 Submittals...................................................................................................................... 11-1 rr 11.3 Submersible Wastewater Pump and Motor............................................................. 11-1 A. General.......................................................................................................................... 11-1 B. Operational Requirements.......................................................................................... 11-1 C. Warranty ..... 11-1 D. Testing and Startup...................................................................................................... 11-2 E. Pump Design .. 11-2 F. Pump Construction..................................................................................................... 11-2 r G. Pump Impeller.............................................................................................................. 11-2 H. Mechanical Seal............................................................................................................ 11-3 I I. Wear Rings.................................................................................................................... 11-3 J. Volute............................................................................................................................ 11-3 �t K. Pump Shaft ........................................................ 11-3 40 L. Bearings......................................................................................................................... 11-3 M. Electrical Pump Cord............................................................................................. 11-3 N. Electric Motors ............................................................................................................ 11-4 O. Motor Sensors.......................................................................................................... 11-4 P. Installation.................................................................................................................... 11-5 Q. Pump Removal Rail System....................................................................................... 11-5 Division 12 Furnishings Not Used this Contract..................................................................... 12-1 Division 13 Special Construction Not Used this Contract...................................................... 13-1 Division 14 Conveying Systems Not Used this Contract........................................................ 14-1 Division15 Mechanical................................................................................................................. 15-1 1 15.1 General.......................................................................................................................... 15-1 15.2 Submittals...................................................................................................................... 15-1 15.3 Pipe and Pipe Fittings................................................................................................. 15-1 A. Pressure Rating ..................................... 15-1 '. B. Ductile Iron Pipe.......................... .. 15-2 ............................................................................. C. Ductile Iron Fittings.................................................................................................... 15-2 i i iv J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 10/26/200412:30 PM ©2004 RH2 Engineering,Inc. 1 snD. PVC Pipe and Fittings................................................................................................. 15-3 E. Galvanized Steel Pipe.................................................................................................. 15-3 as 15.4 Mechanical Pipe and Related Equipment oinin ............. 15-3 15.5 Flange and Pipe Supports........................................................................................... 15-3 to 15.6 Tapping Tee (Sleeves) and Tapping Valves............................................................. 15-4 15.7 Valves and Appurtenances..........................................................I.............................. 15-4 onB. Eccentric Valves........................................................................................................... 15-4 C. Shear Gate Valve......................................................................................................... 15-5 `r D. Check Valves................................................................................................................ 15-6 E. Pressure Relief.............................................................................................................. 15-6 Inr F. Electromagnetic Flowmeters..................................................................................... 15-6 G. Force Main Inspection and Testing within Vault and Wet Well.......................... 15-7 tw 15.8 Miscellaneous Mechanical.......................................................................................... 15-7 A. Adapters and Dielectric Fittings................................................................................ 15-7 B. Air Release and Combination Air and Vacuum Valves......................................... 15-7 ■r Division16 Electrical.................................................................................................................... 16-1 16.1 General.......................................................................................................................... 16-1 16.2 Submittals...................................................................................................................... 16-1 16.3 Codes and Standards................................................................................................... 16-1 "P 16.4 Identification of Listed Products............................................................................... 16-1 16.5 Permits and Fees.......................................................................................................... 16-2 16.6 Minor Deviations......................................................................................................... 16-2 16.7 Job Conditions............................................................................................................. 16-2 to A. Operations 16-2 .................................................................................................................... B. Construction Power.................................................................................................... 16-2 +w 16.8 Record Drawings......................................................................................................... 16-2 16.9 Nameplates and Identification................................................................................... 16-2 16.10 Pump Control Panel............................................................................................... 16-3 A. General.......................................................................................................................... 16-3 • B. Quality Assurance........................................................................................................ 16-3 C. Basic Operation............................................................................................................ 16-3 +� D. Control Panel Enclosure............................................................................................. 16-4 E. High Voltage Section.................................................................................................. 16-4 F. Control Section 16-5 ............................................................................................................ G. Mountie . 16-6 v J:\data\REN\104-035\Design\Specs\Renton Technicals.doc ©2004 RH2 Engineering,Inc. 10/26/200412:30 PM 'IrI 16.11 Variable Frequency Drive ..................................................................................... 16-6 A. General.......................................................................................................................... 16-6 B. Schedule........................................................................................................................ 16-6 C. Basic Description......................................................................................................... 16-7 D. Basic Features............................................................................................................... 16-7 E. Protective Features and Circuits............................. F. Parameter Settings....................................................................................................... G. Diagnostic Features and Fault Handling................................................................ 16-10 16.12 Operator Interface Devices and Control Relays.............................................. 16-10 ai 16.13 Disconnects............................................................................................................ 16-12 16.14 Overcurrent Devices............................................................................................. 16-12 16.15 Circuit Breakers..................................................................................................... 16-12 16.16 Raceways................................................................................................................. 16-13 A. Materials...................................................................................................................... 16-13 B. Location Schedule...................................................................................................... 16-14 C. Installation.................................................................................................................. 16-14 16.17 Outlet and Junction Boxes................................................................................... 16-15 16.18 Low Voltage Wire and Cable............................................................................... 16-15 A. Materials ...................................................... 16-15 ................................................................ B. Installation.................................................................................................................. 16-16 16.19 Switches and Receptacles..................................................................................... 16-17 A. General........................................................................................................................ 16-17 B. Plates............................................................................................................................ 16-17 C. Outdoor All-Weather Outlet Covers...................................................................... 16-17 D. Position Of Outlets................................................................................................... 16-17 16.20 Grounding.............................................................................................................. 16-17 16.21 Lighting Fixtures ................................................................................................... 16-18 A. General........................................................................................................................ 16-18 B. Lamps.......................................................................................................................... 16-18 s 16.22 Branch Circuit Panel Board................................................................................. 16-18 16.23 Instrumentation Equipment............... . 16-18 A. Pressure Gauges.........................................................................................................16-18 B. Pressure Transmitters................................................................................................ 16-18 C. Submersible Level Transmltter................................................................................16-19 D. Level Switches —Float Type B ................................................................................ 16-19 vi J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 10/26/200412:31 PM 0 2004 RH2 Engineering,Inc. Ow16.24 General Installation............................................................................................... 16-20 A. General........................................................................................................................ 16-20 toB. Electrical Site Work................................................................................................... 16-20 C. Seismic Requirements ............................................................................................... 16-21 16.25 Testing.................................................................................................................... 16-21 16.26 Final Test................................................................................................................ 16-21 wr Division 17 Automatic Control................................................................................................... 17-1 17.1 Scope of Work............................................................................................................. 17-1 awA. General.......................................................................................................................... 17-1 B. The Contractor shall provide the following:............................................................ 17-1 C. The telemetry integrator will provide the following:.............................................. 17-1 Division 18 Measurement and Payment..................................................................................... 18-1 .n 18.1 Payment......................................................................................................................... 18-1 18.2 Bid Item No. 1 - Mobilization, Demobilization, Site Preparation and Clean-up (IV) 18-1 r 18.3 Bid Item No. 2 - Site Work (I W .............................................................................. 18-1 18.4 Bid Item No. 3 —Structural (LW)............................................................................. 18-1 r 18.5 Bid Item No. 4—Finishes (I,W)................................................................................ 18-2 18.6 Bid Item No. 5 -Pump and Motor (LW)................................................................. 18-2 qw 18.7 Bid Item No. 6—Mechanical (LW) .......................................................................... 18-2 18.8 Bid Item No. 7 —Electrical (LW).............................................................................. 18-2 1r 18.9 Bid Item No. 8 — Mobilization, Demobilization, Site Prepartion and Clean-up for MistyCove (MC)....................................................................................................................... 18-2 it 18.10 Bid Item No. 9 —Structural (MC)......................................................................... 18-2 it ire ter 11r err r Vll J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 10/26/200412:31 PM ©2004 RH2 Engineering,Inc. 1w MW Division 1 General 1.1 Project Description The project consists of the rehabilitation of a wastewater flushing station and replacement "" of an entrance hatch to an existing below grade lift station. The major construction work project involves placement of a new entrance hatch to the wet well; installment of a new valve vault; installment of a new pump and mechanical piping; and replacement of the aw existing pump control panel. Minor construction work for this project involves site work, landscaping and new instrumentation. Replacement of the entrance hatch involves structural and pavement restoration work. or 1.2 Contractor's Responsibility The work included in this contract is shown on the contract plans and described in these .r project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this .. project, the Bidder warrants that they are an expert in this and related work, that they understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the �r Contractor. Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. up The Contractor and each of the Subcontractors are responsible for coordinating the required inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to minimize construction delays. It is the Contractor's responsibility to be familiar with these requirements,include the coordination necessary in this estimate of project costs and schedule, and to comply with the r. requirements during construction. Failure to follow proper inspection and notification procedures may result in on-site work stoppages and removal or demolition of unapproved structures or systems, all at the Contractor's expense. +• Unless otherwise noted on the plans or within these specifications, 24-hour prior notice shall be given to the Engineer for all inspections required for the construction of the project. 24-hour notice is defined as 24 working day hours notice. Time is not counted .w on weekends and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 24 hours in advance not including the holiday hours or weekend hours.) w For information regarding inspection responsibilities and coordination, contact the Owner. r Do not start work on this project or on any public or private right-of-way or easement until clearance is given by the owner. It will be the responsibility of the Contractor to comply with the requirements of any permit for the project. Do not hinder private �• property access without a 24-hour notice to the private property owner, and do not hinder access for more than an 8-hour period. Do not disrupt emergency aid access to private property. w J:\data\REN\104-035\Design\Specs\RentonTechnicals.doc 1-1 10/26/200412:11 PM ©2004 RH2 Engineering,Inc. Fall/Winter 2004 City of Renton Division 1- General 2004 Lift Station Rehabilitation Project 1.3 Standard Specifications Work under this contract shall be performed in accordance with applicable sections of the currant Standard Specifications for Road,Bridge and Municipal Construction,Washington State Chapter, American Public Works Association, and Washington State Department of Transportation, hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of: • UBC Uniform Building Code • UPC Uniform Plumbing Code • UMC Uniform Mechanical Code • NEC National Electrical Code • AWWA American Water Works Association 1111 • ANSI American National Standards Institute • ASA American Standards Association r • ASTM American Society for Testing and Materials 1.4 Permits and Licenses The Contractor shall acquire and pay for all other necessary permits which may include: i • Electrical Permit • Disposal Permit • Wage and Hour Permit • Transportation Permit During construction, if there is any toxic substance spill or release discharged into the environment, report the location, quantity, date and time of the spill or release to Washington State Emergency Management at 1 (800) 258-5990 and the Owner's representative. Spills shall be monitored, contained, and cleaned up to applicable codes at i11 the Contractor's expense. 1.5 Pre-Construction Conference „r The Owner will schedule a general pre-construction conference not more than 10 days after the notice to proceed is issued. The following personnel must attend the Conference: • The person representing the Contractor with contract authority • The project site superintendent • Major subcontractor site superintendents • The Owner and their representative shall be present The Owner may require that some subcontractors attend a pre-construction conference prior to beginning work on this project. In the event that subcontractors have not been 10/26/200412:12 PM 1-2 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RH2 Engineering,Inc. WV City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 1- General Mr selected prior to the general pre-construction conference, or various subcontractors do not attend the general pre-construction conference, a second pre-construction conference ,w will be scheduled for these subcontractors. If requested, a subcontractor may not begin work until attending a pre-construction conference. aw 1.6 Submittal and Shop Drawings Shop drawing submittals are required for all items installed on this contract. Submit 5 copies of each submittal to: r RH2 Engineering, Inc. 300 SE Simon St., Suite 5 East Wenatchee,WA 98802 Attn: Mark Miller Submittal data for each item shall contain sufficient information on each item to +ow determine if it is in compliance with the contract requirements. Items that are installed in the work that have not been approved through the shop r► drawing process shall be removed and an approved product shall be furnished, all at the Contractor's expense. Shop drawing review will be limited to general design requirements only, and shall not wo relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from 10 the Owner. Shop drawings shall be submitted on 8'/2" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: %W 1. Project Name as it appears on the Document Cover. 2. Prime Contractor and Applicable Subcontractor. ar 3. RH2 Engineering. 4. Owner's Name. 5. Applicable Specification and Drawings Reference. 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. aw 7. A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 20 working days after receipt by the Engineer. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. Three sets of shop drawings will r. be returned to the Contractor after review. Shop drawings and submittals shall contain the following information for all items: rr J:\data\REN\104035\Design\Specs\RentonTechnicals.doc 1-3 10/26/2004 12:13 PM ©2004 RH2 Engineering,Inc. Fall/Winter 2004 City of Renton Division 1- General 2004 Lift Station Rehabilitation Project 1. Shop or equipment drawings, dimensions, and weights. 2. Catalog information. 3. Manufacturer's specifications. 4. Special handling instructions. 5. Maintenance requirements. 6. Wiring and control diagrams. 7. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Engineer and Owner for inspection. 1.7 Substitutions , Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use ' on this project. A. Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. All requests for substitution must be received by Owner and the Engineer a minimum of 7 working days prior to bid opening. Requests shall be accompanied by drawings and specifications in sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal to that specified. All requests shall include a listing of any significant variations in material or methods from those , specified. If there are no variations, a statement to that fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The , bidder shall include, in the proposal, all costs for any modifications required to adopt the substitute. B. After Contract Execution Within 20 days after the date of the contract, the Owner shall consider formal requests , 10/26/200412:13 PM 1-4 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc C 2004 RH2 Engineering,Inc. Im City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 1- General r from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in .o construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. aw In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the work, making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to substitutions. ar 1.8 Site Control .r The Contractor shall be responsible for surveying and staking and will stake out the locations of the permanent easements, temporary easements, rights-of-way, and all major facilities shown on the Plans and establish bench marks at locations designated by the r. Contractor. The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractor's expense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for as-built purposes. As-built notes and cut sheets shall be approved and stamped prior to transmittal to the Owner. ■r Replace all damaged survey monuments in accordance with RCW 332-120. The Contractor shall not perform work activities, store materials or equipment, move equipment through, or disturb in any way the areas outside the `Building Construction ow Limits", shown unless approved by the Owner in writing. Building construction limits may be occupied throughout the duration of the contract. aw 1.9 Temporary Traffic Control r.. Any traffic control activities required during construction shall be consistent with the Uniform Traffic Control Manual, latest addition and applicable local codes. The Contractor shall limit delay of traffic to residents along Mt. View Avenue and N. Ripley Lane to less than five minutes. During events that require delays in excess of five minutes, .r the homeowners shall be notified in writing 24 hours in advance of the intended delay. The notification shall list the date, time and length of duration. 1.10 Waste Material Control Adhere to all requirements of federal, state, and local statutes and regulations dealing with y,. pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and w J:\data\REN\104035\Design\Specs\Renton Technicals.doc 1-5 10/26/2004 12:14 PM ©2004 RH2 Engineering,Inc. VW Fall/Winter 2004 City of Renton Division 1 - General 2004 Lift Station Rehabilitation Project present proof of approval upon request. At all times, keep the construction area clean and orderly and upon completion of the work, leave buildings broom clean and all parts of the work clean and free of rubbish and excess material of any kind. Leave fixtures, equipment, walls, and floors clean and free of stains, paint or roofing splashes, or other marks or defects. Upon completion, restore site of all work or equipment and material storage areas to their original conditions. Remove all miscellaneous unused material resulting from work and dispose of it in a manner satisfactory to the Owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. The Contractor shall follow all requirements and guidelines of the Puget Sound Air Pollution Control Agency (PSAPCA) and other associated agencies. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising and scattering in the air. Surface water runoff that is contaminated with site debris, , silt, or other material that adversely affects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from entering the storm water collection system. Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation, flooding, and pollution. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any potential hazard. Remove all asbestos-containing materials and other hazardous materials from the structures and the site. Follow all requirements and regulations for hazardous waste removal and disposal. The Contractor shall meet the following qualifications to be eligible to be selected to perform asbestos demolition or disposal work for this project: 1. Possess a Certified Asbestos Abatement Contractors' license or retain the services of a Certified Asbestos Abatement Contractor. 2. Have performed Asbestos Abatement of a similar nature within the last year. 3. Not have received a citation from the Puget Sound Air Pollution Control Agency related to asbestos abatement within the last year. 4. Possess occurrence based liability insurance coverage. 4 +f The Owner is unaware of any asbestos containing materials on this project. ■ 10/26/2004 12:14 PM 1-6 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc ©2004 RH2 Engineering,Inc. = City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 1- General 1.11 Temporary Facilities and Utilities The Contractor shall be responsible for construction and location of all field offices, all necessary water for construction-related fire protection, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. There shall be shelters and dry facilities for the workers as required. The Contractor shall insure that all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety be supplied. First aid kits and equipment as required by law shall also be ,., supplied. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. 1.12 Contractor Conducted Progress Meetings �r. The Contractor shall schedule and hold regular on-site progress meetings at least once per month and at other times as requested by Engineer or as required by progress of the work. r The Contractor, Engineer, and all Subcontractors active on the site must attend each meeting. Contractor may at its discretion request attendance by representatives of its Suppliers, Manufacturers, and other Subcontractors. rr The Engineer shall preside at the meetings and will arrange for keeping and distributing the minutes. The purpose of the meetings will be to review the progress of the work, maintain coordination of efforts, discuss changes in scheduling, and resolve other VW problems that may develop. During each meeting, the Contractor is required to present any issues which may impact his work,with a view to resolve these issues expeditiously. arr Agenda: a. Review minutes of previous meetings. b. Review of work progress. c. Field observations, problems, and decisions. d. Identification of problems that impede planned schedule. e. Review of submittals schedule and status of submittals. f. Review of off-site fabrication and delivery schedules. g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned progress during succeeding work period. j. Coordination of projected progress. va k. Maintenance of quality and work standards. 1. Effect of proposed changes on progress schedule and coordination. J:\data\REN\104035\Design\Specs\Renton Technicals.doc 1-7 10/26/200412:14 PM 0 2004 RI-42 Engineering,Inc. Fall/Winter 2004 City of Renton Division 1- General 2004 Lift Station Rehabilitation Project M. Safety issues relating to work. n. Other business relating to work. am 1.13 General Roles of Owner and Engineer The duties, responsibilities and limitations of the Owner and Engineer are set forth in the ! Standard Specifications and herein. In general, the Engineer will: be available to the Owner throughout the bidding and construction period to assist the Owner. Such assistance will include: • Clarifications and interpretation during the bidding period. .r • Participation in Pre-Bid and Pre-Construction Conferences. • Review and coordinate submittal review. • Make interpretations and clarifications of Contract Documents during the construction period. • Attend regular on-site coordination meetings. • Participation in change order preparation. • Together with the Owner provide site inspections during the construction period. • Review construction payment applications and make recommendations for payment to the Owner. • • Review change order proposals and make recommendations to the Owner. • Accept Contractor deliverables such as as-built data and O&M information and manuals. • Other Project Tasks assigned by Owner. The Owner will: • Issue Contract Documents. • Issue Addenda, if necessary. • Participate in the Pre-Bid and Preconstruction Conferences. • Participation in interpretations and clarifications of Contract Documents during the �► construction period. • Together with the Engineer, provide site inspections during the construction period. • Approve and process all construction payment applications, change orders, and other Contract modifications. 1.14 Schedule of Values A. General This Section defines the process whereby the Preliminary and Detailed Schedule of Values are developed. 10/26/2004 12:15 PM 1-8 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RH2 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 1- General r B. Preliminary Schedule of Values The Contractor shall submit a preliminary Schedule of Values for the major components of the Work in each Bid Schedule item at the Preconstruction Conference. The listing shall include, at a minimum, the proposed value for the major work components. The Contractor, Owner and Engineer shall meet and jointly review the preliminary Schedule of Values and make any adjustments in value allocations if, in the opinion of the Engineer and Owner, these are necessary to establish fair and reasonable allocation of values for the major work components. "Off loading" will not be permitted. The Engineer may require reallocation of major Work components from items in the above listing if in the opinion of the Engineer such reallocation is necessary. This review and up any necessary revisions shall be completed within 15 days from the date the schedule is submitted by the Engineer. Ur. C. Detailed Schedule of Values The Contractor shall prepare and submit a detailed Schedule of Values for each Bid Schedule item to the Engineer within 20 days from the date of the preconstruction IM meeting. The detailed Schedule of Values shall be based on the accepted preliminary Schedule of Values for major work components. The Engineer shall be the sole judge of acceptable numbers, details and description of values established. If, in the opinion of the 1W Engineer, a greater number of Schedule of Values items than proposed by the Contractor is necessary, the Contractor shall add the additional items so identified by the Engineer. • D. Change to the Schedule of Values Changes to the schedule which add activities not included in the original schedule but included in the original work (schedule omissions) shall have values assigned as approved MW by the Engineer. Other activity values shall be reduced to provide equal value adjustment increases for added activities as approved by the Engineer. MW In the event that the Contractor and Engineer agree to make adjustments to the original Schedule of Values because of inequities discovered in the original accepted detailed Schedule of Values, increases and equal decreases to values for activities may be made. wr Contractor shall update the schedule of values within 10 days of the final execution date of any change order. 1.15 Testing, Startup and Operation A. Schedule u,. The placing of all improvements in service shall consist of three parts: "testing'; "tartup'; and "operation" Not less than 15 days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the r following: 1. Schedules for tests 2. Detail schedule of procedures for startup 3. Complete schedule of events to be accomplished during testing J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 1-9 10/26/200412:15 PM 0 2004 RH2 Engineering,Inc. Fall/Winter 2004 City of Renton Division 1 - General 2004 Lift Station Rehabilitation Project 4. An outline of work remaining under the contract that will be carried out concurrently with the operation phases B. Contractor's Responsibility The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The Contractor shall make arrangements for all materials, supplies,and labor necessary to efficiently complete the testing, startup, and operation. C. Testing The Contractor may periodically request preliminary testing for items that must be , covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. ' Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner for the test. Final testing shall consist of individual tests and checks made on equipment intended to ' provide proof of performance of unit and proper operation of unit control together with necessary tests to show system operation. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, ' and all other tests deemed necessary by the Engineer to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's , representatives shall be supplied to the Engineer prior to startup. All piping shall be tested as required by specifications and applicable codes. Tests on , individual items of equipment, such as pipelines, structures, controls, and other items shall be as necessary to show proper system operation. Testing will be done by the Contractor in the presence of the Owner. During testing, the Contractor shall correct any defective ' work discovered. Startup shall not begin until all tests required by these specifications have been completed and approved by the Owner. D. Pump System Testing r Contractor shall be responsible for calibration, startup, and initial performance to meet specifications herein. Supplier shall provide a trained, qualified manufacturers ' representative to check installation and connection, perform field tests as indicated, and certify to Owner that its performance does meet all specifications. Prior to acceptance of installed pumps, manufacturer's representative shall demonstrate proper operation of pumps at'capacities stated. At this time, data shall be taken on total dynamic head, efficiencies and flow of pump, and certification shall be provided that pumps meet requirements set forth in these specifications and submittal literature. Repair and retest units failing the field tests. If unit fails second test, unit will be rejected and supplier shall furnish a unit that will perform as specified. See Division 11 for details. 10/26/2004 12:16 PM 1-10 J:\data\REN\104035\Design\Specs\RentonTechnicals.doc 2004 RH2 Engineering,Inc. , City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 1- General r E. Startup Startup shall consist of a simulated operation of all equipment and controls. The purpose "' of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. +r Technically qualified factory representatives shall be present for the startup phase. All Representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, controls, and machinery are functioning correctly. F. Operation 4W At the time that the facility is ready to be put into operation, the contractor is to conduct an operation and maintenance training meeting with the owner to explain in detail the wo operation and maintenance requirements of each of the facility's components. The training meeting shall not occur on the same date(s) as a startup. No Operation of the facility shall commence immediately after completion of testing, startup, and owner training and after satisfactory repairs and adjustments have been made. 1.16 Operation and Maintenance Manuals to Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall deliver to the Engineer five (5) sets of acceptable manufacturer's operating and maintenance instructions covering each piece of mechanical and electrical equipment, or equipment assembly, including coatings furnished under this contract. Each set of instructions shall be bound into multiple volumes; each volume to be complete with an rr index and bound in a suitable, hard-covered binder. Binders shall be of hard back construction with metal hinge. Capacity shall be 3" or 4" as appropriate for the quantity of O&M documentation. More than one binder may be required for large projects. ow Binders shall be equal to Avery models 87784, 98983, or 98984. Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. rr The operating and maintenance instructions shall include, as a minimum, the following data for each coating and item of mechanical and electrical equipment: �r. 1. Complete as-built elementary wiring and one-line diagrams. 2. Recommended spare parts. 3. Complete parts list, by generic title and identification number, complete with exploded rr views of each assembly. 4. Lubrication schedule including the applicable lubricant designation available from the r. Standard Oil Company of California. 5. Recommended preventive maintenance procedures and schedules. 6. Disassembly and re-assembly instructions. 7. Name, location, and telephone number of the nearest suppliers and spare parts L J:\Data\REN\104035\Design\Specs\RentonTechnicals.doc 1-11 10/26/2004 12:17 PM ©2004 RH2 Engineering,Inc. 6 Fall/Winter 2004 City of Renton Division 1- General 2004 Lift Station Rehabilitation Project so warehouses. 8. Recommended trouble-shooting and startup procedures. .r 9. Recommended step-by-step operating procedures. 10. All manufacturers'warranties. 40 11. Equipment specifications and guaranteed performance data. 12. Cleaning, repair, and maintenance instructions for each coating system. General manuals which describe several items not in the contract will not be accepted 40 unless all references to irrelevant equipment is neatly eradicated or blocked out. 1.17 As-Constructed and Warranty Records Prior to receiving final payment for the work, the Contractor shall deliver a complete set of acceptable "As-Constructed" records to the Owner. Drawings shall be made on clean, unmarked prints for this project in accordance with the following standards: yellow markings or highlights = deleted items red markings = new or modified items blue markings or highlights = items that are consistent with the design drawings (not changed) The Contractor shall provide "as-built" information on all items and work shown on the plans showing details of the finished product including dimensions, locations, outlines, changes, manufacturers, etc. The information must be in sufficient detail to allow the Owner's personnel to locate, maintain, and operate the finished product and its various components. +�► The Contractor shall secure and deliver to the Owner all equipment warranties and other warranties and guarantees required for all equipment and processes. Delivery shall be r done at one time covering all major and minor equipment warranties. Copies of the warranties shall be included in each O &M Manual. See Warranty Section in this Division for details regarding required warranties for specific components. Failure to provide acceptable documents will result in non-payment of the appropriate bid itch in the schedule of prices. 1.18 Warranty The Contractor shall warrant all products used in the construction of this project for a period of 1 year following project acceptance except for those components and listed warrantees below. The date of project acceptance is defined as the date the final payment is sent to the Contractor from the Owner. Warranty does not cover damage due to misuse by the Owner or "Acts of God" as defined under the General Conditions. { 1. Pumps and Motors provided under this contract shall be warranted against defects in t 10/26/2004 12:17 PM 1-12 J:\data\REN\104035\Design\Specs\Renton Technicals.doc ©2004 RH2 Engineering,Inc. 3 i City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 1- General materials and workmanship for a period of two years after date of project acceptance. Following pump and motor installation, supplier shall furnish services of a qualified ar manufacturer's representative to inspect pump units and inform Owner, prior to field testing, of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any) and work performed by the Contractor at their expense, manufacturer's warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer's warranty. err 40 +r as to 40 1r i to err to 1r wr iir J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 1-13 10/26/200412:17 PM ©2004 RI-12 Engineering,Inc. r Division 2 •• Sitework 2.1 General This division covers that work necessary for providing materials and performing all 4r sitework as described in these specifications and as shown on the plans. 2.2 Submittals W Submittal information shall be provided to the Owner for the following items: 1. Erosion and Sedimentation Control Plan 4W 2. Erosion Control Fence Fabric 3. De-watering Plan 4. Shoring Plan and Calculations 3. Dump Site Permits 6. Select Fill ow 7. Structural Fill to 8. Pipe Bedding 9. Trench Backfill 10. Gravel Backfill for Drains go 11. Gravel Base Course 12. Crushed Surfacing r 13. Paving 14. Plants 2.3 Erosion And Sedimentation Control All erosion/sedimentation control systems including; fencing, earth berms, grasses, straw, mulch, culverts, drain pipe, outfalls and other items required by for this project, must be installed prior to any clearing, grubbing, excavation, or grading work or other work that could result in off-site stormwater or material flows. Erosion/sedimentation controls UW systems must remain in place throughout the duration of the construction activities. The systems may be relocated to complete utility, excavation, grading, and landscaping activities if their location impedes the associated work. If the systems are relocated to ' complete any work they must be reinstalled to protect the construction and surrounding areas prior to commencing work on other portions of the project. .., The erosion/sedimentation control (ESC) plans shown on the construction drawings are the minimum requirements for the anticipated site conditions. The Contractor shall add additional ESC facilities or processes as necessary to ensure that erosion and 1W sedimentation problems do not occur. The Contractor shall inspect the ESC facilities daily and maintain the systems as necessary to prevent off-site damage. ■r J:\data\REN\104035\Design\Specs\Renton Technicals.doc 2-1 10/26/2004 12:33 PM 0 2004 RH2 Engineering,Inc. W Fall/Winter 2004 City of Renton ' Division 2 - Sitework 2004 Lift Station Rehabilitation Project Stabilized construction entrances and wash pads shall be installed at the beginning of construction activities and shall be maintained for the duration of the project. Wash pads ' shall be kept clean to prevent the transport of sediment onto adjoining roads. Straw or mulch shall be applied to any exposed surfaces to minimize erosion and filter surface water runoff. Where straw or mulch is required for erosion control, it shall be applied to a minimum thickness of two inches. Earth berms shall be installed as necessary to prevent the migration of surface water into , excavations or off of the project site. Surface water that is intercepted by earth berms shall be routed to an approved stormwater conveyance system. The Contractor shall ensure that the concentration of surface water at the earth berm does not erode the , adjoining or downstream properties. Sediment deposited against the earth berm shall be removed to ensure that surface water can flow freely. The earth berm shall not be removed before the stabilization of the surface downhill from the berm. A filter fabric fence shall be installed to allow the collection and passage of surface water to occur through the fabric before discharge off site. When joints are necessary, filter fabric shall be spliced together at a support post with a minimum overlap of six inches. Both ends of the fabric shall be securely fastened to the post. The filter fabric fence shall be installed to follow the contours of the existing grade where feasible. The fence posts shall be driven securely into the ground a minimum of 30 inches and spaced apart at a maximum of six feet. A wire mesh support fence shall be fastened securely to the uphill • side of the posts using heavy-duty wire staples at least one inch long, tie wires, or wire rings. The wire shall extend into the trench a minimum of four inches and shall not extend more than 36 inches above the existing surface. An 8 inch by 12 inch trench shall be excavated on the uphill side of the fence for securely burying the lower edge of the fabric fence. At least 20 inches of the filter fabric fence shall continuously extend into the trench. The filter fabric fence shall extend above the existing grade 36 inches. The filter fabric placed in the trench shall be secured with backfill material of three-quarter inch washed rock. The backfill material shall be placed in the trench and on either side of the fence as shown on the construction drawings. The filter fabric fence shall be inspected by the Contractor immediately after each rainfall and at least once daily during periods of prolonged rainfall. The Contractor shall repair or replace sections of the filter fabric fence that are not filtering surface water. The filter fabric fence may be removed after the threat of off-site contamination has passed. 2.4 Dewatering The Contractor is to determine the scope, type, size, quantity, method of installation, operation, and removal of the dewatering system necessary to keep all excavations de- watered to an elevation below the base of the excavation sufficient to stabilize the soils in the excavation and the surrounding areas, and to prevent flotation of partially completed structures. Any dewatering systems must be positioned away from all building and utility construction so as to not become a part of the permanent facility. The quality of all surface and ground water discharged from the site shall meet all State and local requirements. The Contractor shall employ all means necessary to remove suspended solids, oils, trash, and other deleterious materials from surface and ground water prior to 10/26/200412:33 PM 2-2 J:\data\R :N\104-035\Design\Specs\Renton Technicals.doc ©2004 RH2 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 2 - Sitework discharging. o. 2.5 Construction Access The Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. The Contractor shall keep access open to all residents residing on Mt. +r View Avenue and N. Ripley Lane. See Section 1.9 "Temporary Traffic Control' for additional detail. Wherever construction vehicle access routes intersect paved roads, provisions must be .r made by the Contractor to minimize the transport of sediment onto the paved road. The Contractor shall remove all dirt,mud, rocks,vegetation, or other deleterious material from all construction equipment prior to leaving the site. This may include spray washing, rr sweeping, or other physical methods as necessary to remove materials. If sediment or other debris is transported onto a paved road surface, the road shall be cleaned thoroughly by the end of the work day. Debris shall be removed from roads by shoveling or sweeping. Street washing shall be allowed only after debris has been removed in this manner. 2.6 Clearing and Grubbing Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other items noted on the construction drawings within the construction limits and shall conform to Section 2-01 of the Standard Specifications. 2.7 Excavation The Contractor shall excavate as necessary to construct the improvements shown. Excavation shall include the digging, scraping, and removing existing native material, abandoned or interfering utilities, abandoned or interfering structures and any other obstacles necessary for the construction of the improvements shown on the construction drawings. Excavation includes utility excavation, structural excavation, and grading excavation. Utility excavation shall be performed to the depths necessary to complete the utility construction work shown. Structural excavation shall be performed to the limits shown and established by the Engineer. The base of the excavation shall extend laterally a minimum of 3 feet beyond the structure unless specified otherwise on plans. r The base of the excavation shall be evaluated by the Owner to determine if it is suitable for backfilling. The Owner will evaluate the stability of the base of excavation by determining if all significant organic soils or other unsuitable materials have been removed. Excavation required by the Engineer that is beyond the depth shown shall be performed by the Contractor per the direction of the Engineer. The Contractor will be reimbursed for additional excavation as specified in Division 18, "Measurement and Payment". err J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 2-3 10/26/2004 12:33 PM ©2004 RI-12 Engineering,Inc. til/ Fall/Winter 2004 City of Renton ' Division 2 - Sitework 2004 Lift Station Rehabilitation Project i All excavated material shall be removed from the project site unless approved as backfill by the Engineer. Approval of material as backfill will be made the moment before ' placement of the material as backfill. Weather conditions may make previously excavated material unsuitable for backfill requiring the material to be removed from the project site. All excavated material shall be removed from the project site. , 2.8 Trench Safety and Shoring Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to ' prevent cave-ins or damage to existing structures, it shall be the responsibility of the Contractor to design, furnish, place, maintain, and remove supports in accordance with , applicable laws, codes, and safety requirements including Chapter 296-155 of WAC, "Safety Standards for Construction Work, Part N, Excavation, Trenching, and Shoring". Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bracing shall be accomplished in such a manner as to maintain the undisturbed state of r soil below and adjacent to excavation. Where the Contractor is required to provide the shoring design, it shall be prepared by a competent person as defined by WAC 296-155. The qualified person shall be a licensed professional engineer in the State of Washington. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit his stamped shoring plan and calculations to the Owner for approval. The stamp must be present on all plans and calculations, and all submittals must be approved by the Owner prior to starting work. Y 2.9 Property Restoration W The Contractor shall be liable for all damages to adjacent property, buildings, structures, and utilities resulting from their operations, and hold the Owner and its agents harmless. If property or improvements are disturbed or damaged during construction, the Contractor shall restore and repair the property or improvements to their original °"` condition or better and as directed by the Engineer. 2.10 Hazardous Content of Fill Material All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic organic chemicals (SOCs). The contractor shall provide certification to the owner that the fill is free of these chemicals. 2.11 Select Fill Select fill shall be soil free of organics, debris, and other deleterious materials with no individual particles having a maximum dimension larger than 5 inches. Select fill shall conform to Section 9-03.12 (1) B, Class B of the Standard Specifications. The Contractor shall assume for bidding purposes that 100 percent of native shall be excavated, removed and replaced with select backfill. 10/26/200412:33 PM 2-4 ]:\data\REN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RH2 Engineering,Inc. City of Renton Fall/Winter 2004 MW 2004 Lift Station Rehabilitation Project Division 2- Sitework 2.12 Gravel Top Course All fill placed under paving and next to paving material shall be"Gravel Top Course". ur All fill under the vaults and proposed entrance hatches shall be "Gravel Top Course". Each layer of fill under the vault and entrance hatch lids shall be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 test procedure. All fill placed below and around buried utilities shall be "Gravel Top Course". .r Aggregate for gravel top course shall conform to Section 9-03.09(3) of the Standard Specifications. 2.13 Paving Asphalt concrete pavement shall comply with Section 5-04 of the Standard Specifications. Furnish, place, spread, and compact Class B asphalt concrete pavement to the thickness shown on the construction drawings. 2.14 Landscaping and Irrigation System A. General This section includes labor, equipment, and materials necessary for the landscaping as r shown on the Plans. B. Protection Prevent damage to existing features, pavement, utility lines, areas to receive planting and other features remaining as part of final landscaping. C. Quality Assurance Comply with all applicable federal, state and local codes and safety regulations. Comply with sizing and grading standards of the latest edition of"American Standard for Nursery Stock." A plant shall be dimensioned as it stands in its natural position. All plants shall be nursery grown under climatic conditions similar to those in the project r locale for a minimum of 2 years or transplanted from on-site. All potted plants shall be grown in the containers in which they are sold for a minimum of one year. Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at r no additional cost, providing that the larger plants will not be cut back to size indicated. Provide plants indicated by two measurements so that only a maximum of 25% are of the minimum size indicated and 75% are of the maximum size indicated. MW D. Project Conditions Notify Owner's Authorized Representative at least 7 working days prior to installation of plant material. A complete list of plants, including a schedule of sizes, quantities and other requirements is shown on the Contract Drawings. In the event that quantity discrepancies or material omissions occur in the plant materials list, the planting plans shall govern. rr J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 2-5 10/26/200412:33 PM ©2004 RI-12 Engineering,Inc. 1n Fall/Winter 2004 City of Renton ' Division 2 - Sitework 2004 Lift Station Rehabilitation Project E. Materials Provide plants typical for their species or variety with normal, densely developed branches ' and vigorous, fibrous root systems. Provide only sound, healthy, vigorous plants free from defects, disfiguring knots, sun scald injuries, frost cracks, abrasions of the bark, plant diseases, insect eggs, borers and all forms of infestation. All plants shall have a fully developed form without voids and open spaces. Container-grown stock: Grown in a container for a minimum of one year and with root ' system to have developed to hold its soil together, firm and whole. No plants shall be loose in the container. Container stock shall not be pot bound. Bare root stock shall be dug and the earth removed without injury to fibrous root system necessary for full recovery of plant. Cover roots with thick mud coating by puddling and /or wrapping in wet straw, moss or other suitable packing material immediately after digging. Keep plant protected until planted. Plants with roots dried from exposure will not be accepted. Plants planted on rows shall be matched in form. No pruning wounds shall be present with a diameter of more than 1 inch and such �r1 wounds must show vigorous bark on all edges. F. Inspection Examine proposed planting areas and conditions of installation. Do not start planting work until unsatisfactory conditions are corrected and approved by the Owner's Authorized Representative. G. Preparation Time of planting Evergreen material. Plant evergreen material between September 1 and December 1 or in the spring before of new growth begins. If project requirements require planting at other times, plants shall be sprayed with anti-desiccant prior to planting operations. Deciduous material. Plant deciduous materials in a dormant condition. If deciduous trees are planted in-leaf, they shall be sprayed with an anti-desiccant prior to planting operations. Bare root material. Plant bare root material between November 1 and March 1. Planting shall be performed only by experienced workers familiar with planting procedures under the guidance of a certified landscape contractor with a minimum of 5 years of experience. Locate plants as indicated or as approved by the Owner's Authorized Representative in the field after staking by the Contractor. If obstructions are met that are not shown on 10/26/200412:33 PM 2-6 J:\data\REN\104035\Design\Specs\Renton Technicals.doc 0 2004 RH2 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 2 - Sitework the Contract Drawings, do not proceed with planting operations until alternative plant locations have been selected or approved by the Owner's Authorized Representative. H. Plant Establishment Period The plant establishment period shall be 365 days in duration. Maintenance of landscaping installed as part of this contract is fully the responsibility of the contractor during the plant establishment period. During the plant establishment period, it shall be the Contractor's responsibility to ensure the continued growth of all plant materials. This care shall include, but not be limited to, the following: labor and materials necessary for removal of foreign materials, weeds, dead rrr or rejected plant materials and lawn; the replacement of all unsatisfactory plant materials planted under this Contract in kind and size; and fertilizing to maintain a healthy growing condition and visually pleasing site. All dead plant materials shall be replaced within thirty r (30) days of discovery. Re-set settled plants to proper grade and position. Restore planting saucer and adjacent material and remove dead material. "n Tighten and repair guy wires and stakes as required. Correct defective work as soon as possible after deficiencies become apparent and weather and season permit. Water trees, plants and groundcover beds within the first 24 hours of initial planting, and in sufficient amounts thereafter to keep plant materials in a healthy growing condition. as Provide maintenance reports to Owner's Authorized Representative monthly, indicating procedures, fertilizing, defective material, etc. aw I. Acceptance 1. Final inspection to determine acceptance of planted areas will be made by the Owner's Authorized Representative, upon Contractor's request. Provide notification at least 10 working days before requested inspection date. Planted areas will be accepted, provided all requirements, including maintenance, have been complied with and plant materials are alive and in a healthy, vigorous condition after final acceptance of the project. 2. Upon one year after Substantial Completion, the Owner will assume plant "W maintenance. J. Cleaning During landscape work,keep pavements clean and work area in an orderly condition. Perform cleaning during installation of the work and upon completion of the work. r, Remove from site all excess materials, soil, debris and equipment as instructed by Owner's Authorized Representative. Repair damage resulting from planting operations. K. Plantings for Landscape Warranty Warrant trees, shrubs and ground cover for the period as stated in the Warranty section of rr J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 2-7 10/26/2004 12:33 PM ©2004 RH2 Engineering,Inc. 10 Fall/Winter 2004 City of Renton Division 2- Sitework 2004 Lift Station Rehabilitation Project Division 1 against defects including death and unsatisfactory growth, except for defects resulting from negligence by Owner, abuse or damage by others or unusual phenomena or , incidents beyond the Contractor's control. Replace, in size and kind and in accordance with the Contract Drawings and Specifications, all plants that are dead or, as determined by the Owner's Authorized ' Representative, in an unhealthy or unsightly condition, or have lost their natural shape due to dead branches or other causes due to the Contractors negligence. Such replacement(s) will be at Contractor's expense. Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires, unusual floods, freezing rains, lightning storms, winds over 75 miles per hour or , other "Acts of God". Winter kill caused by extreme cold and severe winter conditions not typical of planting area, unanticipated acts of vandalism or negligence on the part of the Owner and damage caused by wildlife, shall not be covered under this warranty. L. Irrigation System The Contractor shall design and construct an irrigation system to all new plantings. The water service connection shall be made by the Contractor at the location shown on the Plans. An isolation valve shall be provided to allow the Owner to shut off the water supply. Water to the irrigation system will only be available twice a day for one hour periods. The Contractor shall select the appropriate size nozzles to provide the required to water to the plantings. An electrical automatic controller will not be allowed. Upon physical completion of the work, the Contractor shall adjust and test all nozzles and emitters. The contractor shall submit as-built plans consisting of all details necessary to show the work as constructed including the actual installed locations of the irrigation system equipment including, but not limited to; pipe, valves, heads, nozzles, emitters and } other equipment. 2.15 Temporary Construction Access Fence The contractor shall provide a 6' tall temporary construction fence surrounding the construction site. Fence posts shall be spaced at a maximum of 12' on center. Contractor shall be responsible for maintaining fence during construction and securing fence after each workday. Posts shall be securely installed directly into the ground or set in temporary concrete base blocks. Chain link shall be securely attached to the fence posts. Chain link shall be 13-gauge minimum. Top and bottom wire shall be used for fencing with posts # directly driven into the ground. Top and bottom rail shall be used for modular fencing using concrete block bases. All vehicle access gates shall be locked with a padlock provided by the contractor. Extra keys shall be provided to the Owner and Engineering inspector prior to construction. The construction fence may be used in combination with the permanent fence provided that the fence is continuous around the site perimeter. 2.16 Construction Fence Perimeter Signs During Construction, if construction site is to be partially or completely enclosed, signs stating "Construction Area, Keep Out" shall be placed so that at any location around the construction site within 100' a sign can be read from that distance. Signs shall be made of polyethylene and be 1/8" thick minimum. Sign shall have a white background with 10/26/200412:33 PM 2-8 J:\data\REN\104035\Design\Specs\Renton Technicals.doc ©2004 RI-12 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 2 - Sitework construction orange print. Font shall be readable from 100'. Upon removal of temporary construction fencing, remove signs from fencing and deliver to owner's shops. r.r ■r r �w w rr to as to �r `r �r ]:\data\REN\104-035\Design\Specs\Renton Technicals.doc 2-9 10/26/2004 12:33 PM 0 2004 RH2 Engineering,Inc. s Division 3 Concrete .. 3.1 General This division covers that work necessary for furnishing and installing all concrete as r described in these specifications and as shown on the plans. 3.2 Submittals .r Submittal information shall be provided to the Owner for the following items: 1. Concrete mix design &test results as noted below. rr 2. Admixture Data 3. Rebar placement shop drawings r.r 4. Precast concrete items Concrete mix designs shall be submitted to the engineer for approval a minimum of two weeks prior to placing any concrete. The mix design shall include the amounts of cement, fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump, concrete yield and substantiating strength data in accordance with ACI 318-99, Chapter 5. Review of mix submittals by the engineer of record indicates only that information presented conforms generally with contract documents. Contractor or supplier maintains full responsibility for specified performance. aw 3.3 Inspection All formwork and reinforcing steel must be inspected and approved by the Owner prior to placing any concrete. Provide 48-hour notice to Owner prior to needing the required r inspections. 3.4 Testing The Owner will provide and pay all costs of concrete testing. The Owner's testing lab shall take a minimum of three samples for each concrete placement, two for 28 day tests, r and one for backup testing in case the other two samples do not meet design strength or to verify strength during construction. The Contractor will coordinate all concrete testing with the testing labs. Costs will be paid +� by the Owner in accordance with UBC 1997. Give the Owner 48 hour notice prior to concrete placement. If Contractor fails to provide the required notice, the Owner may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. The Contractor shall provide all assistance and cooperation necessary to testing personnel to obtain the required concrete tests. 3.5 Concrete Materials Concrete shall be mixed, conveyed, and proportioned in accordance with UBC section r J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 3-1 10/26/2004 12:33 PM 0 2004 RH2 Engineering,Inc. Fall/Winter 2004 City of Renton , Division 3 - Concrete 2004 Lift Station Rehabilitation Project 1905. The concrete mix shall include the amount of cement, fine and coarse aggregate, water, ' and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these specifications, the requirements of the 1997 Uniform Building Code Section 1905, and the requirements of ACI 318-99. Materials shall conform to the following standards: Cement-ASTM C-150 ' Coarse aggregate-ASTM C-33 Fine aggregate -ASTM C-33 Admixtures -ASTM C-494 , Air-entraining admixtures—ASTM C-260 Fly Ash—ASTM C-618 Water used in concrete shall be potable. Fly ash may be substituted for up to 15% of the required cement. Air content shall be as measured out of the truck. ' Precast concrete shall be as specified under Section"Precast Concrete". A. Cast-in-place Concrete All concrete as shown on the plans not called out otherwise, including thrust blocks. Use water reducers as required to achieve slump. 28 day strength- 4000 psi minimum Water/cement ratio - .45 Nominal maximum aggregate size—3/4" (WSDOT No. 467) Entrained air ratio—4.5%minimum to 7.0% maximum Slump -4 inches maximum on slabs and 7 inches maximum on walls. B. Controlled Density Fill (CDF) CDF as shown on the plans or as directed by the Engineer shall be proportioned to be flowable, non-segregating, and excavatable, and shall conform to the following requirements: • Maximum Compressive Strength 300 (psi). • Minimum 28-day compressive strength 100 (psi). • Pounds of cement per cubic yard (approx.) 50. • Pounds of fly ash per cubic yard (approx.) 250. • Pounds of dry aggregate per cubic yard (approx.) 3,200. If air containing or water reducing admixture is used for flowability, total water and aggregates may be adjusted for yield. Weights may be adjusted for flowability and pumpability. Revisions to the mix design shall be submitted to the Engineer for approval. The Contractor shall protect CDF for at least 24 hours after placement or for a duration 10/26/2004 12:33 PM 3-2 J:\data\REN\104035\Design\Specs\RentonTechnicals.doc C 2004 RH2 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 3 - Concrete as necessary to prevent displacement by construction equipment or traffic. CDF placing may be started if weather conditions are favorable,when the temperature is a minimum of 34T and rising. At the time of placement, CDF must have a temperature of at least 40°F. Placing shall stop when the temperature is 38T or less and falling. CDF shall not be placed on frozen ground. .. 3.6 Formwork Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until removed. After form removal,remove all fins and projections and fill all holes and imperfections. Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus 1/4- inch in any 10-foot length, and shall not exceed one inch over the entire length. Variations from dimensions shall not exceed plus or minus 1/2-inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment and other permanent materials. 3.7 Reinforcing Steel Reinforcing steel requirements are listed below and detailed in the plans. Grade -ACI A613-81A, Grade 60 Detailing-ACI 318-99 and ACI 313-92 Lap requirements - See schedule on dran4ngs Tie wire - 16 gauge minimum Bar supports shall conform to "Bar Support Specification," CRSI Manual of Standard Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete blocks to support bars off ground. Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks, improper bends, or reduced cross-section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack-welded or otherwise heated. .. 3.8 Pre-Cast Concrete All concrete structures identified on the construction drawings as being pre-cast, prefabricated, or not specifically detailed with reinforcing steel shall be pre-cast concrete. r. Pre-cast concrete manholes shall conform to ASTM C-478. The rubber gasket joint shall conform to ASTM C-443. Additional reinforcement shall be provided within the pre-cast .,r concrete structure at all penetrations, openings, joints, and connections. The additional reinforcement shall be provided to prevent damage during shipping, handling and installation. All damaged units shall be rejected. " Pre-cast vaults shall conform to ACI 318-99 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the construction drawings. Pre-cast vaults shall be constructed to withstand anticipated construction loads that occur during transport, handling, and placement as well as the anticipated design loads. Design loads shall include the anticipated soil pressures, J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 3-3 10/26/2004 12:33 PM 0 2004 RH2 Engineering,Inc Fall/Winter 2004 City of Renton ! Division 3 - Concrete 2004 Lift Station Rehabilitation Project hydrostatic loads, and H-20 vehicular load rating. 3.9 Cast-In-Place Concrete Place no concrete when air temperature is below 40 degrees during the 28-day curing period. Place no concrete when air temperature exceeds or is expected to exceed 85 ' degrees during the 28-day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 , hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor's expense. Do not place concrete during rain, sleet, or snow until water and freezing protection is provided. Repair all rock pockets and other defective concrete immediately after form removal. ' Remove all defective concrete to sound concrete. Apply approved bonding agent in accordance with manufacturers recommendations prior to placing fresh concrete. All concrete shall cured using a liquid membrane-forming compound conforming to ASTM C-309. 3.10 Non-Shrink Grout ■ Non-shrink grout shall comply with Section 6-02.3(20) of the 2000 Standard Specifications, Class 3000 LS. Grout strength shall be equal to or greater than the material on which it is placed, or 4,000 psi minimum. Stockpile grout to prevent contamination from foreign materials and store admixtures to prevent contamination or damage from excess temperature change. Water to be used in mixing the grout shall be free from foreign materials. Non-shrink grout shall be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete and CMU block walled structures. 3.11 Finish Schedule Do not place concrete which requires finishing until the materials, tools, and labor necessary for finishing the wet concrete are on the job and acceptable to the Owner. Cut out and patch defects in concrete surfaces as specified herein.After removal of forms, chip out imperfections, rock pockets, holes from form ties, and other defects to solid concrete. Surface of the cavity to be patched shall be thoroughly wet before patching 7f mixture is applied. The finish schedule is shown below: Exposed vertical concrete- Ordinary Wall Top of Wet Well—Light Brush Each concrete area that requires finishing shall conform to one of the following requirements: 10/26/200412:33 PM 3-4 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RI-12 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 3 - Concrete A. Ordinary Wall Finish Ordinary Wall Finish requires the use of like-new forms and linings that will produce a uniform surface. After points have set sufficiently, grind or fill form marks and pointings to give a smooth surface even with flat wall surface. Fun all air holes greater than '/*inch with 1:2 mortar floated to an even, uniform finish. B. Light Brush Finish Consolidate, strike off, and level concrete;but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit floating operations. Consolidate surface with power-driven floats. Hand floating may be used if area is small or inaccessible to power units. Check surface planeness during • or after first floating. Cut down high spots and fill low spots to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Re-float to a uniform, smooth, sweat finish concrete. When concrete has appropriately set, finish with light soft broom finish. Brush perpendicular to slab slope. r +r rr Ur �w J:\data\REN\104035\Design\Specs\Renton Technicals.doc 3-5 10/26/2004 12:33 PM 0 2004 RH2 Engineering,Inc. MW Division 4 Masonry Not Used this Contract J:\data\REN\104 035\Design\Specs\RentonTechnicals.doc 4-1 10/26/2004 12:33 PM 0 2004 RI-12 Engineering,Inc. r i i Division 5 Fabricated Metalwork and Structural Plastics 5.1 General This division covers that work necessary for furnishing and installing all fabricated metalwork as described in these specifications and as shown on the plans. 5.2 Inspections Unless otherwise noted on the plans, specifications, or building department requirements, special inspections related to metal fabrications, placement and welding shall be subject to 24-hour notice to the Engineer prior to the inspection time. 24-hour notice is defined in Division 1, Contractor Responsibility. Inspections are required on field welding. Any special requirements or conditions that will aid in the construction of the project or aw that may be required in addition to the written requirements stated herein shall be brought to the attention of the Contractor, Owner and Engineer during the pre-construction meeting. s 5.3 Submittals ON Submittal information shall be provided to the Owner for the following items: 1. Steel Connectors 2. Concrete Anchors ar 3. Ladders 5.4 Structural Connectors All materials to be joined together shall be connected as shown on the plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. Connection bolts, nuts and washers for all materials in wet conditions including process 1W rooms shall be Stainless Steel. Minimum grade 304 in raw domestic or treated domestic water. Minimum grade 316 in treatment process and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. s Steel Fabrications: Connection bolts for dry conditions may be A307 galvanized bolts. Aluminum and Structural Plastic Fabrications: Connection bolts shall be Stainless Steel. Bolts into concrete and CMU shall be Concrete Anchors as specified herein. For mechanical pipe (non structural) connections, see Division 15, Mechanical, "Mechanical Pipe and Related Equipment Joining". 5.5 Concrete Anchors Concrete Anchors shall be Hilti HY-150 Adhesive Anchors. Install in accordance with to J:\data\REN\104035\Design\Specs\Renton Technicals.doc 5-1 10/26/200412:46 PM ©2004 RH2 Engineering,Inc. sm Fall/Winter 2004 City of Renton so Division 5 —Metals 2004 Lift Station Rehabilitation Project vs Manufacturer's recommendations. Special Inspection in accordance with IBC requirements must be provided. Concrete anchors shall not be used to resist tension or fatigue loading without Owner's evaluation and approval. Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer's recommendations. Threaded rod shall be SST in exterior and wet conditions. Provide minimum embedment as shown. Holes shall be drilled with carbide-tipped drill bit. Holes shall be cleaned of dust and debris. Adhesive shall be inserted with a mixing nozzle. 5.6 Ladders - General Ladders shall meet the requirements set forth in OSHA 1910.27 and WAC (Washington Administrative Code) 296-24-735 through 296-24-81011. The ladder shall also be capable of supporting a concentrated vertical load of 300 pounds applied at the mid-span of the rung. Ladders shall be shop assembled, pre-drilled and prepared for field attachment of standoff clips, or as othertivise shown. Ladders shall be rigidly secured in place. 5.7 Fiberglass Reinforced Plastic (FRP) Ladders FRP ladders shall be made from FRP structural shapes as specified. Ladders shall meet the requirements set forth in OSHA 1910.27 and WAC (Washington Administrative Code) 296-24-735 through 296-24-81011. The ladder shall also be capable of supporting a concentrated vertical load of 300 pounds applied at the mid-span of the rung. Ladder side rails shall be produced by the pultt-usion process. The side rails shall be 2" square tube with a wall thickness of .25". The rungs shall be 1" minimum diameter thermal cure clear solid rod with a nonslip footing surface. All joints and rungs shall be epoxied and riveted. Ladders shall be shop assembled, pre-drilled and prepared for field attachment of standoff clips. All cut or machined edges shall be sealed with a resin compatible with the resin matrix used in the structural shape. ✓ 10/26/200412:51 PM 5-2 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc ' ©2004 RH2 Engineering,Inc. w Division 6 aw Carpentry Not Used this Contract w w w w w w w w w w w J:\data\REN\104035\Design\Specs\Renton Technicals.doc 6-1 10/26/2004 12:33 PM 0 2004 RH2 Engineering,Inc. an Division 7 ,,. Thermal and Moisture Protection Not Used this Contract ow O. .. ew J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 7-1 10/26/2004 12:33 PM 0 2004 RH2 Engineering,Inc. low Division 8 �.. Doors and Windows Not Used this Contract w. J:\data\REN\104035\Design\Specs\Renton Technicals.doc 8-1 10/26/2004 12:33 PM ©2004 RI-12 Engineering,Inc. low aw Division 9 .. Finishes 9.1 General This division covers that work necessary for providing all materials, equipment, and labor • to coat all items in accordance with these specifications. Coating shall be done strictly in accordance with manufacturer's instructions and in a manner satisfactory to the Owner. The dry film thickness listed in the "Materials" section r.r of this Division must be met, regardless of the applied film thickness or number of coats. Carefully observe all safety precautions stated in the manufacturer's printed instructions. W Provide adequate ventilation and lighting at all times. Bring all materials to the job site in the original sealed and labeled containers of the paint manufacturer. Materials shall be subject to inspection by the Owner. In addition,provide ar one unbroken gallon container of each type and color of paint and each type of solvent and thinner used. Store paint supplies as approved by the Owner. All finishes potentially in contact with potable water shall be National Sanitation Foundation (NSF) certified for contact with potable water. Certification from the NSF shall be supplied in writing at the time of the submittal process for Finishes. Contractor shall be responsible for verifying all finishes used on the project are compliant with primary and secondary standards of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor's expense. 9.2 Submittals Before beginning any painting or coating, submit a list of coatings and manufacturers intended for use for review by the Owner. Include the application each coating is intended for, any surface preparation, number of coats, method of application, and coating thickness. Provide Material Safety Data Sheets for all materials to be used including solvents. Provide NSF certification for all finishes in potential contact with potable water. Submit this information in accordance with the requirements regarding shop drawings included herein. Provide owner with schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon contractor-provided schedule,update schedule weekly or as necessary. •• 9.3 Surface Preparation and Application Prepare surfaces in accordance with the recommendations of the manufacturer of the coating to be applied to the surface, or the surface preparation requirements of these specifications,whichever are stricter. Coatings shall only be applied during weather meeting the recommendations of the +�•� coating manufacturer. Air and surface temperatures shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of application and while coating is drying. Contractor shall take any and all measures necessary to prevent over-spray. Should over- up J:\data\REN\104035\Design\Specs\Renton Technicals.doe 9-1 10/26/2004 12:33 PM ©2004 RH2 Engineering,Inc. ON 004 t3'2 Ci of Renton Fall/Winter Division 9 - Finishes 2004 Lift Station Rehabilitation Project spray occur, the contractor is responsible for all costs associated with any damage that occurs as a result of over-spray. Materials shall be mixed, thinned and applied according to the manufacturer's printed instructions. 9.4 Coating Quality The paint and paint products of Tnemec and 3M, mentioned in these specifications, are intended as a standard of quality. Substitutions may be considered but must be approved by Engineer. Offers for substitutions will not be considered which decrease film thickness, solids by volume or the number of coats to be applied or which propose a change from the generic type of coating specified herein. All substitutions shall include complete test , reports to prove compliance with specified performance criteria. Paint application shall be in strict accordance with manufacturer's printed instructions except that coating thickness specified in paint schedule herein shall govern. 9.5 Substitutions Substitutions of the coatings of other manufacturers shall be considered only if equivalent �1 systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. 9.6 Color The Owner will develop a color schedule for painted items after award of the contract. ■r A. Ductile Iron Pipe — Fitting and Valves Pipe shall be emptied of water for a minimum of 12 hours prior to surface preparation and painting. Pipe shall not be filled with water until coating is dry. Non-submerged pipe surface preparation SSPC-SP-6 (commercial blast). Submerged pipe surface preparation SSPC-SP-10 (white blast). One coat Tnemec Series 66 Hi-Build Epoxoline. 3 to 5 mil DFT One Coat Tnemec Series 66 Hi-Build Epoxoline 3 to 5 mil DFT Installation/Application All valves and piping in valve vault and wet well. B. Concrete Vault Interior Concrete1 Coat interior concrete floors,walls, ceiling, equipment, and housekeeping pads. Surface Preparation: Allow 28 days cure time for concrete, or until passing the ASTM D 4263 Plastic Mat Test. 10/26/200412:33 PM 9-2 J:\data\REN\104035\Design\Specs\Renton Technicals.doc ©2004 RH2 Engineering,Inc. IM City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 9 - Finishes ow Surface shall be clean, dry, and free of contaminants. Primer: Tnemec Series 66 Hi-Build Epoxoline • Applied at 4.0 to 6.0 mils dry film thickness (DFT) Finish: Tnemec Series 73 Endura Shield III Applied at 3.0 to 5.0 mils dry film thickness Exterior Concrete (Below Grade) Surface Preparation - SP-7 Sweep Blast (Blue Gray) • One coat Tnemec Series 461-1-413 Hi-Build Tnemec-Tar Applied at 16-20 mils DFT 9.7 Inspection The Owner shall inspect and approve all surface preparations prior to application of any or coating. Provide 24-hour notice prior to surface inspection needs. For metals exposed to exterior atmospheric conditions, first coat of paint or primer must be placed within four (4) hours of passing inspection. Bare steel must be reblasted and .. reinspected if not successfully coated within this four hour time frame, at the Contractor's expense. Use the Pictorial Surface Preparation Standards for Painting Steel Surfaces (VIS-1) by the Steel Structures Painting Council (SSPC) as a visual standard for inspection of surface preparation of metal surfaces. Each coat shall be inspected prior to application of the next coat. Areas found to contain runs, overspray, roughness, streaks, laps, sags, or other signs of improper application shall be repaired or recoated in accordance with the manufacturer's recommendations. Finish coats shall be uniform in color and sheen. Surface preparations and coatings not inspected and approved by owner will be uncovered for inspection and approval at no additional cost to the owner. The completed coating shall produce a minimum dry film thickness in accordance with the specifications as determined by the microtest thickness gauge or comparable instrument. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it. Contractor shall inspect the completed coating on metal surfaces in the presence of the Owner for pinholes and holidays with a tinker and rasor or other low voltage (under 100 volts) holiday detector. Areas found to contain pinholes shall be repaired or recoated in accordance with the manufacturer's recommendations. Provide 72-hour notice to owner prior to performing test. A technical representative from the painting manufacturer shall review the completed finish work on site. Any defects found by the paint manufacturer's technical representative or the owner's representative shall be repaired to their satisfaction at J:\data\REN\104035\Design\Specs\Renton Technicals.doc 9-3 10/26/2004 12:33 PM 0 2004 RH2 Engineenng,Inc. iir Fall/Winter 2004 City of Renton a Division 9 - Finishes 2004 Lift Station Rehabilitation Project 40 contractor's expense. 9.8 Compatibility of Coating The Contractor shall be responsible for compatibility of all paint products. 9.9 Acceptance .. Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that does not contain runs, drips, surface irregularities, overspray, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall appearance of the finished project. 10/26/200412:33 PM 9-4 ]:\data\REN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RI-12 Engineering,Inc. Division 10 Specialties 10.1 General This division covers that work necessary for fabricating and installing all furnishings and .. accessories as described in these specifications and as shown on the Plans. 10.2 Submittals Submittal information shall be provided to the Owner for the following items: 1. Fire Extinguishers •. 2. First Aid Kit 10.3 Fire Extinguisher (Flushing Station Only) Provide portable, wall-mounted, 10-pound, dry-chemical fire extinguisher in the electrical shelter of the Flushing Station. Install extinguisher no higher than 5-feet above floor and in accordance with applicable codes. Extinguisher shall be listed and approved by Underwriters Laboratories. The fire extinguisher shall contain a dry chemical agent which is effective in extinguishing Class A, B, and C fires (tri-class), and shall be rated 2A10BC or equal. rr. 10.4 First Aid Kit (Flushing Station Only) Provide first aid kits in the electrical shelter at the Flushing Station with the following r items minimum: 2 packages adhesive bandages, 1 inch (16 per package) 1 package scissors and tweezers (1 per package 1 package bandage compress, 4 inch (1 per package) 1 package antiseptic soap or pads (5 per package) 1 package triangular bandage, 1 inch (1 per package) ow 1 package iodine swabs 1 package iodine swabs (10 per package) .r 1 package ammonia inhalants (10 per package) 1 package bandage compress, 2 inch (4 per package) am Contain kit in a dust-proof, weatherproof, moisture-proof, 20-gauge steel cabinet with gasketed lid. Steel finish shall be baked enamel. Provide cabinet with wall mounting brackets. Cabinet cover shall fold down to provide a shelf, and shall be attached to am cabinet by a continuous piano-type hinge. Border shall be red with white body, red lettering, cross and arrow. The kit shall have reorder information clearly marked on it. MW J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 10-1 10/26/200412:33 PM ii 0 2004 RH2 Engineering Inc. aw Division 11 "W Equipment VW 11.1 General This division covers that work necessary for providing and installing all equipment as ,.. described in these specifications and as shown on the plans. 11.2 Submittals Submittal information shall be provided to the Owner for the following items: I. . Pump and Motor ,. 2. Sump Pump 11.3 Submersible Wastewater Pump and Motor A. General This section covers work necessary to provide a submersible non-clog pump and motors with rail system, complete. The pumps shall be capable of passing a 3" spherical solid without degradation to the pump or motor. Each pump unit provided this project shall be manufactured by PACO Pumps, Inc. Pump Company. No substitutions will be accepted. See lower sections for specific pump model aw numbers and operational requirements. B. Operational Requirements .w� Pump No. 1 Design Head (TDI ) 6.5 ow Design Flow (gpm) 400 NPSHA (feet) 33 Maximum NPSHR (feet) at design point Shutoff Head (feet) 16.5 Fluid Pumped Water @ 40 degrees F Minimum Pump Efficiency at design point (%) 50% PACO pump only. No substitutions Series 4420, T e QDC Model 470-15 C. Warranty aw All equipment provided under this contract shall be warranted against defects in materials and workmanship for a minimum period of two years after date of original operation. "Original operation" shall be defined as the date that the manufacturers representative 4W approves field testing of each unit, and City accepts unit and its installation. J:\data\RLN\104035\Design\Specs\RentonTcchniads.doc 11-1 10/26/2004 12:33 PM VIA ©2004 RI-12 Engineering,Inc. `W Fall/Winter 2004 City of Renton �► Division 11- Equipment 2004 Lift Station Rehabilitation Project Following pump and motor installation, supplier shall furnish services of a qualified manufacturer's representative to inspect pump units and inform City,prior to field testing, fa of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any), manufacturers warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer's warranty. r D. Testing and Startup rr Contractor shall be responsible for calibration, startup, and initial performance to meet specifications herein. Supplier shall provide a trained, qualified manufacturer's representative to check installation and connection, perform field tests as indicated, and certify to City that its performance does meet all specifications. Prior to acceptance of installed pumps, manufacturer's representative shall demonstrate proper operation of pumps at capacities stated, at which time data shall be taken on total 40 dynamic head, efficiencies and flow of the pumps; and certification shall be provided that pumps meet all requirements set forth in these specifications and submittal literature. Repair and retest units failing field tests. If unit fails second test, unit will be rejected and supplier shall furnish a unit that will perform as specified. E. Pump Design 4 The pump shall be automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the discharge rr connection. There shall be no need for personnel to enter the wet well. A machined metal to metal watertight contact shall accomplish sealing of the pumping unit to the discharge connection. Each pump shall be fitted with sufficient length of stainless steel is cable to reach from bottom to top of wet well plus five feet of slack. The working load of the lifting system shall be 50%greater than the pump unit weight. F. Pump Construction 40 Major pump components shall be of gray cast iron, ASTM A-48, Class 30B, with smooth surfaces devoid of blow-holes or other irregularities. All exposed nuts or bolts shall be AISI type 304 stainless steel construction. All metal surfaces coming into contact with the pumpage, other than stainless steel or brass, shall be protected by a suitable factory applied spray coating on the exterior of the pump. Sealing design shall incorporate metal-to-metal contact between machined surfaces. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Fittings will be the result of controlled compression of O-rings in two planes and O-ring contact of four sides without the requirement of a u specific torque limit. G. Pump Impeller The impeller(s) shall be of ductile iron, ASTM A48, Class 30, dynamically balanced, double shrouded non-clogging design having a long through let without acute turns. The impeller(s) shall be capable of handling solids, fibrous materials, heavy sludge and other 10/26/200412:33 PM 11-2 J:\data\REN\104035\Design\Specs\Renton Technicals.doc 0 2004 RH2 Engineering,Inc. .� City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 11- Equipment matter found in wastewater. Whenever possible, a full vaned, not vortex, impeller shall be used for maximum hydraulic efficiency; thus, reducing operating costs. All impellers shall be coated with acrylic dispersion zinc phosphate primer. H. Mechanical Seal Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydro-dynamically lubricates the lapped seal faces at a constant rate. Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment nor depend on direction of rotation for sealing. The position of both mechanical seals shall depend on the shaft. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plugs, with positive anti-leak seals, shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for lubrication. The motor shall be able to operate dry without damage while pumping under load. Seal lubricant shall be FDA Approved, non-toxic. I. Wear Rings A wear ring system shall be used to provide efficient sealing between the volute and suction inlet of the impellers. The wear ring shall be stationary and made of cast iron, r which is drive fitted to the volute inlet. J. Volute Pump volute(s) shall be single-piece gray cast iron, Class 35, non-concentric design and smooth passages large enough to pass any solids that may enter the impeller. Minimum inlet and discharge size shall be as specified. "' K. Pump Shaft Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. Couplings shall not be acceptable. The pump shaft shall be AISI 316 stainless steel. L. Bearings The pump shaft shall rotate on two bearings. Motor bearings shall be permanently grease lubricated. The upper bearing shall be a single deep groove ball bearing. The lower bearing shall be a two row angular contact bearing to compensate for axial thrust and radial forces. Bearings shall be designed for a minimum life of 100,000 hours. M. Electrical Pump Cord Each pump shall be provided with submersible cable (SUBCAB) suitable for submersible pump applications. The power cable shall be of sufficient length to reach from the +. bottom of the wet well to the pump control panel box shown on the Plans plus five feet of slack. The power cable shall be sized according to NEC and OCEA standards and also r J:\data\REN\104035\Design\Specs\RentonTechnicals.doc 11-3 10/26/2004 12:33 PM ©2004 R142 Engineering,Inc. 'rr Fall/Winter 2004 City of Renton Division 11- Equipment 2004 Lift Station Rehabilitation Project ar meet with PMSHA approval. N. Electric Motors The pump motor shall be induction type with a squirrel cage rotor, shell type design, housed in an air filled,watertight chamber, NEMA B type. The stator windings and stator leads shall be insulated with moisture resistant Class F insulation rated for 155°C (311°F) and capable of up to 15 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of cast aluminum. Thermal switches set to open at 125°C (257°F) shall be embedded in the stator lead coils to monitor the temperature of each phase winding. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the control panel. The motor and pump shall be designed and assembled by the same manufacturer. Motors supplied for use with variable frequency drives shall be inverter duty premium efficiency model specifically labeled for inverter duty. Motors shall comply with NEMA MG-1,part 31. The combined service factor (combined effect of voltage, frequency and specific gravity) shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus 10%. The motor shall be designed for operation up to 40°C (104°F) ambient and with a temperature rise not to exceed 80°C (176°F). A performance chart shall be provided showing curves for torque, current, power factor, input/output kW and efficiency. This chart shall also include data on starting and no-load characteristics. The power cable shall be sized according to the NEC and ICEA standards and shall be of all sufficient length to reach the junction box without the need of any splices. The outer jacket of the cable shall be oil resistant chloroprene rubber. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a rli depth of 65 feet. The motor horsepower shall be adequate so that the pump is non-overloading throughout the entire pump performance curve from shut-off through run-out. O. Motor Sensors The motor stator temperature shall be continuously monitored by three (3) low resistant, bi-metallic, (N.C.) normally closed thermal switches embedded in the stator windings. These thermal sensor switches shall be used as additional supplemental motor protection and shall be wired in series with external third leg overload protection provided by the motor stator in the control panel. The motor shall also be provided with a tandem probe sensing system. The two moisture sensing probes shall be mounted in the oil filled seal chamber and will detect the presence of conductive liquid which passes the primary lower seal. Upon detection, the sensors shall actuate a panel mounted relay which will provide the wj operator with a visual indication of impending seal failure. Seal lubricant shall be FDA Approved,non-toxic. 10/26/200412:33 PM 11-4 J:\data\REN\104035\Design\Specs\Renton Technicals.doc C 2004 RH2 Engineering,Inc. .� City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 11- Equipment r,. P. Installation Installation of the pump units shall be in accordance with the manufacturer's specifications and direction. The installation shall be supervised and approved by the manufacturer's representative prior to operating or field testing the units. Upon completion of the pump installation, the manufacturer shall provide written certification that the equipment is fully warranted as installed. to Q. Pump Removal Rail System The pump removal rail system shall provide smooth, easy, removal and installation of the specified pumps from the lift station. The system shall include for each pump unit a hydraulic sealing flange, discharge base elbow, guide rails, carrier guide bracket and lifting cable. The guide rails, carrier guide bracket, and lifting cable shall be constructed of stainless steel materials. Orr r. w. Or • Mw r Or oO rn IN J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 11-5 10/26/2004 12:33 PM ©2004 RH2 Engineerin&Inc OW am Division 12 to Furnishings Not Used this Contract No aw IN or of ):\data\REN\104035\Design\Specs\Renton Technicals.doc 12-1 10/26/2004 12:33 PM 1i ©2004 RH2 Engineering,Inc. `r Division 13 Special Construction Not Used this Contract b 60 r J:\data\REN\104035\Design\Specs\Renton Technicals.doc 13-1 10/26/200412:33 PM fAw 0 2004 RH2 Engineering,Inc. VAW Division 14 Conveying Systems Not Used this Contract aw + + ]:\data\REN\104035\Design\Specs\RentonTechnicals.doc 14-1 10/26/2004 12:33 PM + 0 2004 RH2 Engineering,Inc. Division 15 Mechanical 15.1 General This division covers that work necessary for furnishing and installing mechanical +• appurtenances and accessories as described in these specifications and as shown on the Plans. 15.2 Submittals Submittal information shall be provided to the Owner for the following items: ,Im 1. Ductile Iron Pipe 2. Ductile Iron Fittings W 3. Flange and Pipe Supports 4. Galvanized Pipe to 5. Pressure Relief Valve 6. Combination Air/Vacuum Valve 7. Shear Gate Valve rrr 8. PVC Pipe and Fittings 9. Isolation Valves rr 10. Floor Drains and Cleanouts 11. Flowmeters fAW 12. Other Mechanical Components 15.3 Pipe and Pipe Fittings Provide piping, plumbing, fittings and appurtenances necessary to make all piping systems complete, tested, and ready for operation as specified herein and as shown on the Plans. Some fittings that are necessary for proper piping system installation and operation may not have been shown. Provide fittings, pipe and appurtenances necessary, whether shown or not shown on the Plans, to complete all piping systems, tested and ready for operation. Note that some pipe supports, thrust blocking, and tie rods are not shown on the Plans. Provide pipe supports, thrust blocking, and tie rods for pipes as required by accepted design criteria to support and restrain the loads encountered. A. Pressure Rating Fittings, valves, and pipe shall have pressure ratings equal to or greater than the pressures identified below: Pipe Function Working Pressure Test Pressure Pump Discharge 30 psi 100 psi J:\data\REN\104035\Design\Specs\Renton Technicals.doc 15-1 10/26/2004 12:33 PM ©2004 RH2 Engineering,Inc. rr ' Fall/Winter 2004 City of Renton Division 15 - Mechanical 2004 Lift Station Rehabilitation Project The pipe thickness shall not be less than that of class 52 pipe. Refer to the Hydrostatic Pressure Testing section in this division for additional r1 information. B. Ductile Iron Pipe Ductile iron pipe shall have thickness to meet the requirements of the pressure rating specification, shall be cement-lined and asphaltic coated unless otherwise specified, and shall conform to standards of ANSI Standard A21.51 (AWWA C151). Rubber gasket pipe joints are to be push-on-joint (Tyton) or mechanical joint (MJ) in accordance with ANSI Standard A21.11 (AWWA C-111), unless otherwise specified. Flanged joints shall conform to ANSI Standard B16.1. Standard thickness cement lining and seal coat shall be provided in accordance with ANSI Standard A21.4 (AWWA C104). Restrained joint pipe shall be ductile iron manufactured in accordance with requirements of ANSI/AWWA C151/A21.51. Restrained joint pipe shall be Pacific States Cast Iron Pipe Company Thrustlock, US Pipe TR-Flex or equal. Push-on joints for such pipe shall be in accordance with ANSI/AWWA C111/A21.11. Pipe thickness shall be designed in accordance with ANSI/AWWA C150/A21.50 and shall be based on laying conditions and internal pressures as specified in the pressure rating section of these specifications. Standard thickness cement lining shall be in accordance with ANSI/AWWA C104/A21.4. When requested, furnish certification from manufacturer of pipe and gasket being supplied that inspection and all of the specified tests have been made and the results comply with requirements of this standard. C. Ductile Iron Fittings All fittings shall be ductile iron where possible. Steel fittings will not be accepted. Ductile �II1 iron fittings shall be short body, cement-lined, and for the pressure rating noted in the pressure rating section of these specifications. Metal thickness and manufacturing " processes shall conform to applicable portions of ANSI Standards A21.20, A21.11, B16.2, to and B16.4. Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104). Mechanical joint (MJ), ductile iron, compact fittings 3 inches through 24 inches and 54 inches through 64 inches shall be in accordance with AWWA C153. Flanged pipe spools shall conform to ANSI/AWWA C115/A21.15 with the exception that flanges shall be fabricated from ductile iron, unless otherwise specified in the contract documents. Flanged pipe shall be cement lined in accordance with ANSI Standard A21.4 (AWWA C104). Ductile iron flange (FL) fittings shall be in accordance with AWWA C110, fabricated from ductile iron unless otherwise specified in the contract documents, with bolt pattern to match adjacent pipe. Gasket material for flanges shall be neoprene, Buna-N inserted rubber. Gaskets shall be full face ring type full face or ring type. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), plain end (PE), or flanged (FL). 10/26/200412:33 PM 15-2 J:\data\RIN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RI-I2 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 15 - Mechanical D. PVC Pipe and Fittings Polyvinyl chloride (PVC) material for pipe fittings and couplings shall conform to ASTM D-1784, Type 1, Grade 1, with 2,000 psi design stress. Pipe shall be Schedule 40 or 80 in accordance with ASTM D-1785, as shown on the Plans. There is no pipe color preference or requirement. E. Galvanized Steel Pipe Galvanized steel pipe as shown on the plans shall conform to ASTM A53/A53M. Hot dip galvanizing shall be completed in conformance with ASTM A123/A123M. Piping shall be sized as shown on the plans and capable of the hydrostatic working and testing pressures as indicated in the Pressure section above. Wrap pipe if buried below grade. Provide dielectric couplings and bonding as shown on the plans or as required by the Owner's standard details. 15.4 Mechanical Pipe and Related Equipment Joining All piping and related equipment to be joined together shall be connected as shown on the �+ plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. In the event that dissimilar metals are adjacent (for example: stainless flange connecting to ductile iron flange) a dielectric insulation kit shall be used. r. Connection bolts, nuts and washers for all materials in wet conditions shall be Stainless Steel. Minimum grade 304 in raw domestic or treated domestic water. Minimum grade 316 in treatment processes and sewage applications. Minimum grade 317 for acidic r transport. Bolts and nuts shall meet ASTM F593 and F594. Pipe and fittings: Per AWWA standards unless otherwise specified. All relevant subsections of AWWA C100, C200 and C500. ` All shackled thrust restraint systems shall be of Cot-Ten construction as specified herein and manufactured by Star National Products. Atmospherically corrosion resistant restraints: Where called for on the plans or specifications, Cor-Ten (ASTM 242) steel .r fasteners shall be used. All components of any Cor-Ten system shall include all Cor-Ten components. Bolts, nuts, washers, tie rods, and other components shall be one material and not intermixed. 15.5 Flange and Pipe Supports Flange supports shall be equal to Standon Adjustable Model S89 Flange Support. Pipe supports shall be equal to Standon Adjustable Model S92 Pipe Support. Both flange and pipe supports shall be equal to those manufactured by Material Resources, Hillsboro, Oregon. Adjust support, secure to pipe and secure to floor as recommended by the manufacturer. Provide at locations shown on the mechanical plan(s). Finish all pipe supports same as piping material. r J:\data\REN\104035\Design\Specs\Renton Technicals.doc 15-3 10/26/2004 12:33 PM 0 2004 RH2 Engineering,Inc. fAW Fall/Winter 2004 City of Renton �r Division 15 - Mechanical 2004 Lift Station Rehabilitation Project ■r 15.6 Tapping Tee (Sleeves) and Tapping Valves Tapping tees for hot-tapping or wet-tapping of active water mains shall be provided where shown on the plans. Valve shall be resilient seat with alignment lugs if necessary for the contractor's tapping machine. Contractor may substitute a standard AWWA C509 or C515 resilient seat valve if they provide documentation that their tapping machine does not require alignment lugs. Ductile Iron tapping tees shall meet all AWWA requirements for ductile iron fittings. Steel tapping tees shall be constructed to the standards of AWWA C200, C206, C207, and C208 and shall be epoxy coated inside and out per AWWA C213. Steel tapping tees shall be reinforced as necessary to meet the required pressure rating. Valves and tees shall be rated for a working pressure as specified in the Pressure Rating Section in this Division. Tees shall include a minimum 1/2" test port. Tee must be hydrostatically pressure tested to the testing pressure as specified in the Pressure Rating Section in this Division after installation on the mainline and prior to pipe cutting. This may occur through the open valve at the discretion of the Owner. An air test is not an acceptable substitution. Valve must be pressure tested through the test port to the hydrostatic test pressure specified in the Pressure Rating Section in this Division against the seat while installed on the tee. Tap size shall be as appropriate to maintain structural integrity of the pipe being cut. Under no condition shall hole size be less than one nominal size below the existing pipe nominal size. Owner's representative must be present during test, Contractor shall give a minimum of 48 hours notice. Contractor is responsible for determining existing pipe size and material. See the Pressure Rating Section in this Division for details regarding required hydrostatic test pressure and working pressure dependant on pressure zone to which the tapping tee and valve will be installed. 15.7 Valves and Appurtenances ' Valves noted on the Plans or in other parts of the specifications shall meet the requirements herein. Valves shall be designed for the intended service. Install valves in strict accordance with manufacturer's instructions and as shown on the Plans. Buried valves shall have all operators or valves boxes installed so that wrenches or operators perform freely and without binding or other interference. Bed and backfill buried valves according to the requirements of the pipe to which they are attached. If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95% to 99% of the operator shaft failure torque. Provide concrete supports for operators where required, as shown on the Plans. Valve suppliers shall review the design and certify that the valve provided in the submittal will operate as intended by the engineer. Any discrepancies from the design and the valves shall be brought to the engineer's attention during the submittal process. Valves that do not operate as intended shall be replaced or modified so that they operate within the design parameters at the contractor's expense. B. Eccentric Valves Plug valves shall be eccentric plug valves unless otherwise specified. Valves shall be of the non-lubricated eccentric type with resilient faced plugs and shall be 10/26/200412:33 PM 15-4 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc ©2004 8142 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 15 - Mechanical .w furnished with end connections as shown on the Plans. Valve bodies shall be ASTM A126 Class B cast iron. The valve seat shall meet one of the following two requirements: 1) seat shall have a 1/8 inch welded overlay of not less than 90% pure nickel, with a raised seat area, so that the plug face contacts only nickel; 2) seat shall be factory-coated with heat-fused thermoset epoxy or thermoplastic nylon in accordance with AWWA C550. The valve plug shall be ASTM A536 ductile iron, faced with Neoprene with a cylindrical w■ seating surface eccentrically offset from center of the plug shaft. Interference between the plug face and the body seat shall be externally adjustable in the field with the valve under pressure, and the plug in the closed position. Valves shall have sleeve type metal bearings w� and shall be of sintered, oil impregnated, permanently lubricated type 316 ASTM A743 Grade CF-8M. Valve shaft seals shall be of the single or multiple V-ring type, externally adjustable and re- packable under pressure without removing bonnet or actuator. Valves utilizing O-ring seals or non-adjustable packing shall not be acceptable. Valve pressure ratings shall be the same as adjacent fittings. Each valve shall be given a hydrostatic and seat test. Valves 2 '/2'- 8" shall be wrench operated with a 2" square nut for use with removable r levers or extended "T" handles. Provide lever at for each valve. Wrench operated valves shall be capable of being converted to worm gear or automatic operation without removing the bonnet or plug from the valve. Valves 12" and larger shall be worm gear ow operated. Worm gear operators shall be heavy duty construction with the ductile iron quadrant supported on the top and bottom by oil impregnated bronze bearings. The worm gear and shaft shall be manufactured of hardened steel and run on high efficiency .r roller bearings. Actuator shall indicate valve position.An adjustable stop shall be provided to set closing torque and to provide seat adjustment. Provide gear operated valves with hand wheel on each valve. .. Valve surfaces shall be coated internally and externally with a heat-fused thermoset epoxy or thermoplastic nylon. .r Exposed nuts, bolts, springs, and washers for buried service valves shall be stainless steel. Valves shall be equal to: M&H/Kennedy Valve Company Eccentric Plug valves, Pratt eccentric valves, or Dezurik eccentric valves. Buried valves shall have an AWWA 2-inch wrench nut with a minimum of 12 turns to close valves. Exposed valves shall have handwheel actuators unless shown otherwise on or the plans. C. Shear Gate Valve The shear gates specified under this section shall be: r Golden Gate's Model GH-1400 as manufactured by Golden Harvest, Inc. Burlington, Washington (800-338-6238) or equal. All references to testing shall be for the latest revision. YAW J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 15-5 10/2(/200412:33 PM C 2004 RI-12 Engineering,Inc. it Fall/Winter 2004 City of Renton Division 15 - Mechanical 2004 Lift Station Rehabilitation Project ' Materials used in the manufacture of the flap shear shall be as follows: ' The "Head" shall be type 304L stainless steel meeting the requirement ASTM A276. The "Hinge Mount" shall be type 304L stainless steel meeting the requirements ASTM A276. The gate body shall be type 304L stainless steel meeting the requirements ASTM A276. The hinge mechanism (bolt's,washers and nuts) shall be type 304 stainless meeting the requirements of ASTM A276. The "compression seal" that interfaces the rim of the ' ring and the head shall be composed of extruded neoprene. The "gasket" (when required) shall be a minimum of %flinch (nominal) thick neoprene. The "sealant" (when required) shall be Bostik 915 industrial sealant or equal. The shear gate shall be designed and constructed to withstand a minimum seating head of III twenty (20) feet and shall be provided with a low friction single pivot hinge system to allow free flow on the unseating head side. The shear gate shall be designed to mount spigot style around the spigot end of a pipe. The Contractor shall verify the condition of the existing pipe before ordering the shear gate valve. D. Check Valves See model number identified on Plans. E. Pressure Relief , See model number identified on Plans. F. Electromagnetic Flowmeters Provide an electromagnetic flowmetering system suitable for measuring and transmitting flowrate in a full-flowing pipe. The flowmeter system shall be microprocessor based, utilizing a DC bipolar pulsed coil that automatically rezeroes after each pulse cycle. System accuracy shall be± 1% of actual flowrate over a fluid velocity range of 1 to 33 feet per second, and within 0.01 fps for velocities less than 1 fps. Repeatability shall be 0.1% of full scale or better. System accuracy shall be traceable to NIST using prototype meters of the same configuration. The system shall operate within the accuracy required over an ambient temperature range of-10 to +120 degrees F and a process temperature range of +15 to +120 degrees F. The meter tube and coil shall be mounted on the pipe between ANSI B16 pipe flanges and shall be rated for working and test pressures as indicated in the Pressure Rating Section in this Division, above . The meter tube shall be 304 stainless steel. The meter and cable connections) shall be capable of complete submergence without damage. The meter shall include integral grounding electrodes or a 316 stainless steel grounding ring for installation at the inlet. Manufacturer shall verify that grounding system is appropriate for proposed use. All wetted parts shall be 316 stainless steel. The meter shall be suitable for either horizontal or vertical mounting. The meter liner shall completely encapsulate all wetted areas except for electrodes. Liner shall be certified by the manufacturer as appropriate for the proposed use. Liner shall be Manufacturer's Standard The meter electronics and transmitter shall be remotely mounted from the meter on 10/26/200412:33 PM 15-6 J:\data\REN\104-035\Design\Specs\Renton Technicakdoc 0 2004 RH2 Engineering,Inc. .� City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 15 - Mechanical up the vault wall and shall operate from 120 VAC power. The electronics shall be NEMA 4X rated, the meter manufacturer shall supply an unspliced cable run from the transmitter to the meter tube. The transmitter shall display flowrate in gallons per minute, totalized gallons, and an empty pipe indicator. Output shall be 4-20mA into 800 Ohms with an isolated ground and non-interacting zero and span adjustments. Separate 24 VDC pulse r outputs for forward and reverse flow shall also be provided. The display and output shall be user scaleable for GPM, CFS, or MGD, and shall be password protected. All software shall be battery powered with a battery that has a ten-year service life. The meter, electronics, and transmitter shall be RFI shielded to prevent interference from adjacent high noise electrical equipment such as variable frequency drives, electromagnetic starters, transformers, or transfer switches. 1W The flowmeter shall be Siemens, Model MAG 3100/5000, or equal with display mounted near RTU in electrical shelter. G. Force Main Inspection and Testing within Vault and Wet Well Hydrostatic Pressure Testing Test all proposed force main and vault piping from the discharge elbow of the pump to the connections to the existing force main piping to the test pressure shown elsewhere in these specifications. Testing shall be completed prior to connection force main piping. After testing of the proposed is complete and approve, the proposed force main shall be connected to the existing and a second test applied. • Provide necessary utilities, labor, and facilities for testing and shall dispose of waste, including water. Pressure-test piping, including valves, fittings, etc. prior to backfill or connection to equipment such as pumps. Prior to acceptance of work,pressure pipelines shall be subjected to a hydrostatic pressure test as shown elsewhere in these specifications for two hours. Remedy any leaks or imperfections developed under said pressure before final acceptance of work. No air will be allowed in lines. Test piping between valves insofar as possible. Do not place hydrostatic pressure against opposite side of valve being tested. Maintain test pressure while entire installation is being inspected. Provide all necessary equipment and perform .� all work. Insofar as is practical, have pipe joints, fittings, and valves exposed for inspection. For approval, do not allow pressures to drop more than 5 psi during the test period. City shall witness test; if test does not pass inspection for any reason, additional ++� trips required to witness another test shall be done at Contractors expense. 15.8 Miscellaneous Mechanical A. Adapters and Dielectric Fittings Provide adapters between dissimilar types of pipes (e.g. copper-steel). Provide dielectric `r fittings at joints between dissimilar metals. B. Air Release and Combination Air and Vacuum Valves .r Provide air release valve's body and cover fabricated from cast iron. Provide internal parts,including float, seat,needle, linkage, level pins,retaining rings, and screws, fabricated .r. ):\data\REN\104035\Design\Specs\Renton Technicals.doc 15-7 10/26/2004 12:33 PM ©2004 RH2 Engineering,Inc. ftw Fall/Winter 2004 City of Renton ' Division 15 - Mechanical 2004 Lift Station Rehabilitation Project from either stainless steel or bronze. Size as shown on the plans. Combination air and vacuum valves shall be equal to APCO Model No. 143C. 10/26/200412:33 PM 15-8 J:\data\REN\104035\Design\Specs\Renton Technicals.doc 0 2004 RH2 Engineering,Inc. Division 16 Electrical 16.1 General This division covers that work necessary for furnishing and installing electrical equipment ■r required for this project. Items not covered shall be suitable for their particular application. 16.2 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittal information shall be provided to the Owner for the following items: • Variable Frequency Drives • Transformer • Lighting Panel r • Circuit Breakers • Conduit and Fittings 0 Outlet and Junction Boxes • Wire and Cables • Switches and Receptacles • Float Switch • Flood Switch • Pressure Transmitter • Level Transmitter 16.3 Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL, ETL, and CSA-US. 16.4 Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be �. used,by an independent testing laboratory. When a product is not available with at testing laboratory listing for the purpose for which it is to serve, the inspection authority may �rrr require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the J:\data\REN\104035\Design\Specs\Renton Technicals.doc 16-1 10/26/2004 12:33 PM ©2004 RI-I2 Engineering,Inc. aw Fall/Winter 2004 City of Renton Division 16- Electrical 2004 Lift Station Rehabilitation Project original contract price. 16.5 Permits and Fees The Contractor shall make arrangements for and pay for all necessary permits, licenses and inspections. The Contractor shall obtain all inspections by the authority having jurisdiction. The Contractor shall provide all coordination for electrical service. 16.6 Minor Deviations The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of.this, the right is reserved to provide for minor adjustments and deviations from the apparent locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner's approval,without extra cost. Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. 16.7 Job Conditions A. Operations 1. Keep all power shutdown periods to a minimum. 2. Carry out shutdowns only after the schedule has been favorably reviewed by the Engineer. B. Construction Power 1. Make all arrangements for the required construction power. Power is available at some locations on the construction site. The Contractor is responsible for reviewing what is available and providing what is required. 2. Upon completion of the project, remove all temporary construction power equipment, material and wiring from the site as the property of the Contractor. 16.8 Record Drawings Continually record actual electrical system(s) installation on a set of prints kept readily available at the project during construction for this purpose alone. Accurately locate all raceways and circuit number of each equipment item. At the completion of the work, furnish a set of clean, neat, and accurate record drawings on reproducible sepia-type paper which shows raceway type, routing, and conductors for every outlet and every circuit. 16.9 Nameplates and Identification Provide engraved nameplates indicating load served, voltage, and phase for every circuit 10/26/200412:33 PM 16-2 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RI-12 Engineering,Inc. ' City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 16 - Electrical breaker,panel board,motor starter, disconnect switch, and fused switch. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. Name plates shall be phenolic-engraved and shall clearly identify the associated component. Color shall be black background with white letters. Tags shall be securely attached with stainless steel screws. Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pullbox with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. 16.10 Pump Control Panel A. General .. The intent of this specification is to provide a complete, integrated Pump Control System as described herein. It shall be factory assembled,wired and tested. An equipment data tag shall be permanently affixed on the inside of the exterior door with the station designation, power source, pump horsepower, and pump full load amps. In addition to the label requirements of UL 508A, an engraved legend plate shall be permanently affixed on the inside of the exterior door with the name, address and telephone number of the service representative for the pump control panel. Pump Control Panels should be completely fabricated, and components installed and wired in the manufacturers factory (where possible). All external connections shall be by way of numbered terminal blocks. B. Quality Assurance The supplier of the pump control panel shall be responsible for coordinating with the manufacturer of the pump to insure compatibility and assure matching controls to the pump. The panel manufacturer shall have a minimum of 5 years experience manufacturing systems specifically for submersible pump applications. The pump control system(s) shall be fully tested by the factory prior to shipment. It shall include testing of both power and control devices as well as all control functions. A final inspection shall be performed prior to shipment and a copy of this form shall be provided with the panel. C. Basic Operation The pump shall be operated automatically or manually for a timed period as commanded by the City's telemetry system or an operator at the site. The pump shall be controlled J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 16-3 10/26/2004 12:33 PM ©2004 RH2 Engineering,Inc. bw ' Fall/Winter 2004 City of Renton Division 16 - Electrical 2004 Lift Station Rehabilitation Project through the "Hand-Off-Auto" selection switch built in the Variable Frequency Drive (VFD) Human Interface Module (HIM). ' 1. OFF—In this position the applicable pump shall not run under any circumstance. 2. HAND — In this position the applicable pump shall run without regard for the telemetry system commands and will rely on operator discipline to run and stop. 3. AUTO — In this position the pump will be controlled by the telemetry. The ' telemetry will call the pump to operate and control the speed of the pump through the Variable Frequency Drive (VFD). Each time the pump is called to operate it will need to fill the discharge pipeline. The ' current limiting feature of the VFD will need to be activated to prevent the motor from drawing over full load amps when filling the pipeline. Once the pipeline is full the pump will be operating under full pipe flow condition and it will seek its normally operating point on the curve. The telemetry system will adjust the speed of the motor to maintain a pressure setpoint at the discharge of the pump. D. Control Panel Enclosure A UL listed and NEMA Type 1A fully gasketed enclosure properly sized to contain the required components in the space provided in the electrical shelter shall be used. Panel cutouts for instruments and devices shall be cut, punched or drilled and smoothly finished illi with rounded edges. In addition to the NEMA standards, the panels shall conform to the following requirements: 1. Enclosure shall be constructed of steel. 2. Minimal metal thickness shall be 14-gauge. � 3. All doors shall be rubber-gasketed with continuous hinge and key locking latch mechanism. 4. Wherever practical, enclosures shall be a manufactured item. 5. All doors shall be provided with quick-release latches to secure cover. 6. Enclosure shall include a backpan. 7. Enclosure shall be finished in ANSI 61 gray polyester powder coating inside and out Id over phospatlzed surfaces. 8. Enclosure shall be provided with a control panel heater with built-in thermostat to provide adequate climate control to prevent condensation from forming inside the 1 enclosure when the VFD unit is not operating. E. High Voltage Section A power distribution block sized for the incoming power conductors shall be provided for the main power connection. Adequate conduit space shall be provided to meet the NEC requirements. The pump motor shall be provided with a VFD motor controller protected a motor circuit 10/26/200412:33 PM 16-4 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RI-12 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 16 - Electrical i protector (MCP) breaker disconnect switch with magnetic trip only. The disconnect switch shall have padlock provisions. The control panel shall have a minimum fault current withstand rating of 14,000 AIC at 240 VAC. Overloads shall be ambient compensated, quick trip (Class 10) type. Overloads reset operators shall be provided to reset the overloads without opening the enclosure door. The 120 VAC, single-phase power shall be derived from a properly sized transformer. The control power shall have an over current protection device with suitable interrupting .r requirements for the system. Fused disconnect shall be provided in accordance with NEC and the system requirements. Ground Lugs shall be provided for both incoming power and the motor. F. Control Section All control wiring shall be minimum 16 AWG, MTW and shall be color-coded in accordance with all applicable codes and laws. Spiral wrap, tie wrap, fasteners and wire duct shall be provided as required for aesthetics and safety. All components mounted on the door shall be wired with insulated connectors (where "finger proof' terminals are not provided) to prevent accidental shock hazards. All components on the backpanel shall be mounted on DIN rail or fastened via drilled and tapped screws to facilitate easy component replacement. Pop rivets shall not be allowed. The VFD unit and the operator interface devices shall meet the specifications identified elsewhere in these technical specifications. r. The 24 VAC, single-phase power shall be derived from a properly sized transformer. The control power shall have an over current protection device with suitable interrupting requirements for the system. Fused disconnect shall be provided in accordance with NEC and the system requirements. A temperature monitoring relay shall be supplied for the pump and located in the control .� panel. The relay shall monitor the stator temperature of the pump motor. Over temperature shall be detected by three (3) low resistant bi-metallic, thermal switches embedded in the stator windings. The thermal switches shall monitor for high a. temperature and upon detection, shall actuate and alarm and shutdown the pump and motor for protection. An over temperature function shall remain locked out until manually reset. The over temperature function shall incorporate a bi-stable relay that .. retains its position during power failures. LED's located on the relay shall indicate a thermal trip. Seal leakage detection shall be provided for the pump. Seal leakage shall be detected by a motor moisture sensor mounted in the dry sump reservoir of the motor stator housing. The sensor shall monitor the motor housing for moisture and upon detection, shall actuate an alarm to the telemetry. Detection of a seal leak occurring within the motor .. chamber shall not shutdown or lockout the pump. The sensor shall be monitored by a sensing relay remotely mounted in the control panel. LED's located on the relay shall indicate a seal leak condition. An over temperature pilot light and a seal failure pilot light shall be provided on the J:\data\REN\104035\Design\Specs\Renton Technicals.doc 16-5 10/26/2004 12:33 PM ©2004 RH2 Engineering,Inc. r Fall/Winter 2004 City of Renton Division 16 - Electrical 2004 Lift Station Rehabilitation Project enclosure door. G. Mounting The pump control panel shall be securely mounted in the existing electrical shelter in the location provided after the removal of the existing control panel. The enclosure shall not be larger than the area provided for mounting unless alternate arrangements are made with the engineer prior to the construction of the panel. 16.11 Variable Frequency Drive A. General The variable frequency drive (VFD) motor controller shall convert 240 Volt, three-phase, 60 Hertz utility power to adjustable voltage (0 -240V) and frequency (0 - 60 Hz.) three- phase, AC power for stepless motor speed control with a capability of 10:1 speed range. All general options and modifications shall mount within the standard adjustable frequency controller enclosure. The adjustable frequency controller shall be a space vector sine-coded Pulse-Width Modulated (PWM) design as manufactured by Siemens or equal. Modulation methods that incorporate "gear-changing" techniques are not acceptable. Distributor or package modifications to a third-party standard product will not be allowed. All drives shall be at supplied by one manufacturer. The controller(s) shall be suitable for use with any standard NEMA-B squirrel-cage induction motor(s) having a 1.15 Service Factor or with existing standard NEMA-B squirrel-cage induction motor(s) with nameplate data as shown on the plans. At any time in the future, it shall be possible to substitute any standard motor (equivalent horsepower, voltage and RPM) in the field. The variable frequency control shall operate satisfactorily when connected to a bus supplying other solid state power conversion equipment which may be causing up to 10% total harmonic voltage distortion and commutation notches up to 36,500 volt microseconds, or when other VFD's are operated from the same bus. Individual or simultaneous operation of the VFD's shall not add more than 5% total harmonic voltage distortion to the normal bus, nor more than 10% while operating from standby generator (if applicable) per IEEE 519, 1992. The shall be the point of common coupling. The short circuit current at point of common coupling under utility operation is Amps. Electrical power for equipment furnished under this section may contain up to 10% harmonic distortion. Manufacturers shall certify at submittal time that their equipment will function satisfactorily under these circumstances. The variable frequency control shall include transient voltage suppression to allow reliable operation on a typical industrial or commercial power distribution system. B. Schedule Drives shall be of the size, capacity and quantity as shown on the schedule on Plans. 10/26/200412:33 PM 16-6 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RI-12 Engineering,Inc. .� City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 16 - Electrical r C. Basic Description The controller shall produce an adjustable AC voltage/frequency output. It shall have an °1 output voltage regulator to maintain correct output V/Hz. despite incoming voltage variations. The VFD shall be supplied with an input AC line reactor of minimum 2.5% impedance. Line reactor shall be designed to address performance issues of NEMA MG1-20.55 and to provide proper transient protection of the VFD input power devices. Line reactor is to be so factory mounted and wired within the VFD enclosure. The controller shall have a continuous output current rating of 100% of motor nameplate current. The VFD shall be of the Pulse-Width Modulated type and shall consist of a full-wave diode bridge converter to convert incoming fixed voltage/frequency to a fixed DC voltage. The Pulse Width Modulation strategy shall be of the space vector type implemented in a microprocessor which generates a sine-coded output voltage. The inverter output shall be generated by power transistors that shall be controlled by six identical base driver circuits. The VFD shall not induce excessive power losses in the motor. The worst case RMS motor line current measured at rated speed, torque and voltage shall not exceed 1.05 times the rated RMS motor current for pure sine wave Aw operation. D. Basic Features The VFD controller shall have the following basic features : 3. The keypad of each power unit shall include a "POWER ON light, a VFD fault light, ag a VFD run light, manual stop push-button, manual start push-button, a fault reset push-button, an "AUTOMATIC" push-button and increase/decrease pushbuttons. 4. The VFD shall be software programmable to provide automatic restart after any +■ individual trip condition resulting from either overcurrent, overvoltage, undervoltage, or overtemperature. For safety, the drive shall shut down and require manual reset and restart if the automatic reset/restart function is not successful within a maximum of s three attempts within a short time period. 3. A speed droop feature shall be included which reduces the speed of the drive on transient overloads. The drive is to return to set speed after transient is removed. If .. the acceleration or deceleration rates are too rapid for the moment of inertia of the load, the drive is to automatically compensate to prevent drive trip. r 6. Automatic restart after drive trip or utility failure. Software selectable if not desired. 7. Speed profile. Individual adjustable settings for start, stop, entry, slope, and minimum _ and maximum speed points. 8. Process signal inverter. Software selectable to allow speed of drive to vary inversely with input signal. 9. A critical speed avoidance circuit will be included for selection of two critical speeds with a rejection band centered on that speed. The drive will ignore any speed signals aw J:\data\REN\104035\Design\Specs\Renton Technicals.doc 16-7 10/26/2004 12:33 PM ©2004 RH2 Engineering,Inc. i Fall/Winter 2004 City of Renton Division 16 - Electrical 2004 Lift Station Rehabilitation Project requiring drive operation within the rejection band. 10. Proportional and integral setpoint process controller with menu driven selection and programming via door-mounted keypad. 11. Pick up a spinning load. The VFD shall be able to determine the motor speed and resume control of a motor that is spinning in either direction without tripping. 12. A door-mounted membrane keypad with integral 2-line, 24-character LCD display shall be furnished, capable of controlling the VFD and setting drive parameters, and shall include the following features: • The digital display must present all diagnostic message and parameter values in English engineering units when accessed,without the use of codes. • The keypad module shall contain a "self-test" software program which can be activated to verify proper keypad operations. • The digital keypad shall allow the operator to enter exact numerical settings in English engineering units. A plain English user menu shall be provided in software as a guide to parameter setting, (rather than codes). Drive parameters shall be factory set in EEPROM and resettable in the field through the keypad. Six (6) levels of password security shall be available to protect drive parameters from unauthorized personnel. The EEPROM stored drive variables must be able to be transferred to new boards to reprogram spare boards. Normally the digital display shall simultaneously display: • Speed demand in percent • Output current in amperes • Frequency in Hertz or RPM • Control Mode: Manual/Automatic • Total three-phase kW or output volts • E. SERVICE CONDITIONS • The controller shall be designed and constructed to operate within the following service conditions: • Elevation to 3300 feet • Ambient temperature range: 0"C to 40°C • Atmosphere: Non-Condensing relative humidity to 95% • AC Line voltage variation: -5% to +10% • AC Line frequency variation: ±3 Hertz E. Protective Features and Circuits The controller shall include the following protective features: 1. Single phase fault or 3-phase short circuit on VFD output terminals without damage 10/26/2004 12:33 PM 16-8 J:\data\REN\104 035\Design\Specs\Renton Technicals.doc 0 2004 RH2 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 16 - Electrical I to any power component. 2. Static instantaneous overcurrent and overvoltage trip with inverse overcurrent protection. 3. Static overspeed (overfrequency) protection. 4. Line or fuse loss and undervoltage protection. 3. Power unit overtemperature protection. 6. Electronic motor overload protection. 7. Responsive action to motor winding temperature detectors or thermostatic switches. 2W S. LED monitor lamps for each inverter stage. 9. Isolated operator controls. 10. Input line fuses. 11. Be insensitive to incoming power phase sequence. 12. Have desaturation circuit to drive inverter section transistor base current to zero in event of controller fault. 13. Have DC bus discharge circuit for protection of operator and service personnel with an indicator lamp. 14. Input line noise suppression with line reactor. 13. Individual transistor overcurrent protection. F. Parameter Settings The following system configuring settings shall be provided, without exception, field adjustable through the keypad/display unit or via the serial communication port only. 1. Motor Nameplate Data a. Motor frequency b. Number of poles C. Full load speed d. Motor volts e. Motor full load amps f. Motor kW g. Current min h. Current Max, set at full load amps of the motor 2. VFD Limits a. Independent accel/decel rates b. No load boost J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 16-9 10/26/2004 12:33 PM ©2004 RI-12 Engineering,Inc. ON Fall/Winter 2004 City of Renton , Division 16- Electrical 2004 Lift Station Rehabilitation Project C. Vmin,Vmax,V/Hz d. Full load boost e. Overload trip curve select(Inverse or Constant) f. Min/Max speed (frequency) g. Auto reset for load or voltage trip select h. Slip compensation i. Catch-a spinning-load select j. Overload trip time set 3. VFD Parameters a. Voltage loop gain , b. Voltage loop stability C. Current loop stability 4. Controller Adjustments a. PID control enable/disable b. Setpoint select C. Proportional band select d. Reset time select e. Rate time select £ Input signal scaling g. Input signal select (4-20mA/0-5 Volts) h. Auto start functions: On/Off,Delay On/Off,Level Select On/Off i. Speed profile: Entry, Exit,Point Select j. Min,Max speed select k. Inverse profile select (allows VFD speed to vary directly or inversely with input signal) G. Diagnostic Features and Fault Handling The VFD shall include a comprehensive microprocessor based digital diagnostic system which monitors its own control functions and displays faults and operating conditions. Microprocessor systems must be products of the same manufacturer as the VFD (to assure single source responsibility, availability of service and access to spare parts). 16.12 Operator Interface Devices and Control Relays Provide submittal material on all items furnished. 10/26/200412:33 PM 16-10 J:\data\RFN\104-035\Design\Specs\RcntonTechricals.doc ©2004 FJ12 Engineering,Inc. aw City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 16 - Electrical General .r This section covers all components required in a motor control center, pump control panel, control panel, or remote control station that require operator interface devices and control relays. Nameplates shall be provided for each control component. The nameplate w shall be phenolic, black background with white lettering. Selector Switch qP Units shall be 30.5 mm NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Units shall have standard size, black field, legend plated with white markings as indicated. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-inch minimums • to 1/4-inch maximum. Pushbuttons Units shall be 30.5 mm NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type push buttons with momentary contacts rated for 10-ampere continuous at proper operating voltage. Button color shall be as specified in control panels and shall have a full guard. Unit shall have standard size legend plated with black field and white marking as indicated, contact arrangements shall be as shown. Indicating Pilot Lights w` Indicating pilot lights shall be 30.55 mm NEMA type 4/4X/13, corrosion resistant/watertight/oil-tight, full voltage, push-to-set, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be " provided as shown on plans. Run Time Meters Hour meter (elapsed time meters) shall be 2-1/2 inches square case type for flush panel mounting. The meter face shall be of the style that most closely resembles the switchboard indicating instruments and shall have black trim with white or aluminized r" face. The meters shall have a six-digit non-reset register with the last digit indicating tenths of an hour. Operational Counters Six-Digit electro-mechanical, .35" High Digits, Resettable counter. Durant Model 6-Y- 41323-406-ME-Q or equal. Terminal Blocks All wires between panel-mounted equipment and other equipment shall be terminated at +� terminal blocks. Switches shall be terminated at the terminal blocks with crimp-type, pre- insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. All wires shall be labeled •� with the circuit number and common function. Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and �r J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 16-11 10/26/2004 12:33 PM ©2004 RI 12 Engineering,Inc. r Fall/Winter 2004 City of Renton Division 16 - Electrical 2004 Lift Station Rehabilitation Project barriers rated for 300 volts. Terminals shall be double-sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, clearly visible with the protection cover removed. Relays Relays for control, alarm and report-back functions shall be supplied as required to provide external keying and control switching. Relays shall be 120-volt A.C., or 12-or 24- volt D.C. Relays and shall be plug-in type with dust covers and shall be interchangeable with one another. Contacts and relays shall be NEMA rated and UL recognized. All relays shall have LED indicators to signal when the coil is energized. Contacts shall have amperage rating higher than their intended use. The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 Amp; (over 200,000 operations at 120V AC, 10A for SPDT, 3PDT, and 4PDT). The mechanical life expectancy for the relay shall be over 50,000,000 operations. Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the plans;however,provide as required on all circuits. Signal circuit switching shall be accomplished with analog signal switching relays and shall be provided to switch either 4 to 20 MA D.C. or 1 to 5V D.C. signals. Units shall have double-throw dry circuit contacts in a break-before-make configuration rated for 15VA minimum. The number of poles and coil energization voltage shall be as shown on plans. Signal switching relays shall be sealed to prevent entry of contamination in the form of dust, dirt, or moisture. Relays shall be Idec RH Series — General Purpose Midget Relays with DIN rail mounted socket or equal. Single Function Timing Relays shall be Idec GE1A Series — Single Function ON Delay Timers with DIN rail mounted socket or equal. Multi-Function Timing Relays shall be Idec RTE or GT3 series depending on intended functions with DIN rail mounted socket or equal. 16.13 Disconnects Provide disconnects of proper rating in all cases where shown, and provide additional disconnects if required by code. Provide enclosures suitable for the environment where they are installed. 16.14 Overcurrent Devices Provide overcurrent devices, being fused disconnects or molded case circuit breakers, as shown on the Plans. Provide a spare set of fuses in all cases where fusible switches are employed. Devices shall have ratings as shown, except where changes in requirements makes it necessary to provide ratings better suited for the load. Contractor shall be responsible for checking ratings of motor overload elements for proper size. Overcurrent devices shall be NEMA rated. 16.15 Circuit Breakers Molded case circuit breakers shall be quick-make and quick-break type. They shall have 10/26/200412:33 PM 16-12 J:\data\REN\104-035\Design\Specs\RcntonTecht-iicals.doc ©2004 RI I2 Engineering,Inc. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 16 - Electrical i wiping type contacts. Each shall be provided with arc chutes, individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees C, and automatically derate itself so as to better protect its associated conductor. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF .r positions.All ratings are to be clearly visible. Where indicated on the drawings and in the combination motor starter / motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short "M circuit protection. The magnetic trips shall be adjustable and accessible from the front of all these circuit breakers. ar Breakers shall have lugs UL listed for both copper and aluminum. Breakers shall have the interrupting rating and trip rating indicated on the drawings. Breakers covered under this specification may be installed in switchboards, panelboards, 'r motor control centers, combination motor starters, and individual enclosures. Fuses and circuit breakers shall be installed in their respective enclosures and locations in r.. such a manner as to insure tight connections so as to preclude arcing and overheating. 16.16 Raceways A. Materials Conduit and Fittings 1. Galvanized Rigid Steel (GRS) — Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit. 2. PVC Coated Rigid Steel Conduit—PVC coated conduit shall meet the GRS standard .. above plus have a 40 mil PVC factory applied PVC coating. 3. Nonmetallic Conduit — Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. +� UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. 4. Flexible Metal Conduit—Flexible conduit shall be interlocking single strip, hot dipped s galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. Conduit & Cable Supports 1. Conduit Supports — Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy • ):\data\RI7N\104035\Dcsign\Specs\Renton Technicals.doc 16-13 10/26/2004 12:33 PM C 2004 RI 12 Enginecring,Inc. 1rr , Fall/Winter 2004 City of Renton Division 16 - Electrical 2004 Lift Station Rehabilitation Project coated clamps or PVC conduit wall hangers. Conduit Sealants Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening, putty type hand applied material providing an effective barrier under submerged conditions. Underground Marking Tape (Detectable Type) Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal M detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for telephone lines. Tape shall be Brady"Detectable Identoline—Buried Underground Tape, or equal. B. Location Schedule 1. Flexible Metal Conduit shall be used for final connection to motors and vibrating equipment with the exception of the submersible pump. Jacketed flex with threaded fittings shall be used outside and in wet corrosive atmosphere. Maximum length of flexible conduit shall be as allowed by NEC. 2. Schedule 80 PVC Plastic Conduit shall be used when encased in underground duct banks, imbedded in concrete floor slabs, direct buried under concrete floor slabs, direct buried underground, or where required on the plans. 3. Galvanized Rigid Conduit shall be used in all outdoor locations where conduit is 40 exposed. C. Installation tA 1. Conduit sizes not noted on Plans shall be in accordance with NEC requirements for the quantities and sizes of wire installed therein. 2. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. 3. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. 4. Securely fasten raceways at intervals and locations required by NEC, or the type raceway employed. 5. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will note conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the 40 floor to a device shall be located as close as possible to avoid creating a hazard. 6. All raceways shall contain a separate grounding conductor. 7. Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits. 8. Plastic raceway joints shall be solvent cemented in accordance with recommendations of 10/26/2004 12:33 PM 16-14 J:\data\RFN\104-035\Design\Specs\RentonTech-ticals.doc 0 2004 RH2 Engineering,Inc. MW City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 16 - Electrical aw raceway manufacturer. 16.17 Outlet and Junction Boxes Use cast boxes with threaded hubs for all rigid and intermediate conduit. All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in r the box. 16.18 Low Voltage Wire and Cable A. Materials Conductors a. General: All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. b. Power and Control Conductors, 600 Volts and Below: 1) Solid copper wires shall be 600 volt Type THWN, sizes #12 and #10 AWG only. 2) Stranded copper wire shall be 600 volt Type THWN, Class B stranding, sizes #14 AWG, #12 AWG, and#10 AWG only. 3) Stranded copper wire shall be 600 volt Type XHHW or RHW, Class B stranding, Sizes #8 AWG and Larger. 4) Fixture wire shall be 600 volt, silicone rubber insulated, 200° C,UL Type SF-2, with stranded copper conductors. 5) Control cable (CC) shall be 90°C, 600 volt, UL listed multiconductor tray cable, Type TC. Individual conductors shall be #14 AWG, unless otherwise noted. CC shall have 15 mils PVC insulation and 4 mils nylon over individual conductors; outer jacket shall be 45 mils thickness for up to 7 conductor cables and 60 mils for 9 through 19 conductor cables. Control cables shall be Dekoron Type IC99;Alpha Type TC or equal. Splices and Terminations of Conductors a. Splices 1) For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. 2) All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. 3) Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. 4) All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. " b. Terminations 1) Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be aw terminated, and for use with either solid or stranded conductors. 2) Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or rr J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 16-15 10/26/2004 12:33 PM 0 2004 RI-12 Engineering,Inc. am Fall/Winter 2004 City of Renton Division 16- Electrical 2004 Lift Station Rehabilitation Project set screw does not bear directly on the conductor. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. B. Installation Conductors a. Provide the following types and sizes of conductors for the uses indicated for 600 volts or less: 1) Solid Copper, Sizes #12 and #10 AWG: As shown on the Plans for circuits for receptacles, switches and light fixtures with screw-type terminals. 2) Stranded Copper, Size #14 AWG and Larger, Individual Conductors or CC: As shown on the Plans for the control of motors or other equipment. Size #14 shall not be used for power supplies to any equipment. 3) Stranded Copper, Sizes #12 AWG and Larger: As shown on the drawings for motors and other power circuits. 4) Fixture Wire: For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. b. Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: 1) 120/208 Volt, 3 Phase: Red,black and blue. 2) 277/480 Volt, 3 Phase:Yellow,brown and orange. 3) 120/240 Volt, 1 Phase: Red and black. Conductor Splices a. Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: 1) Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. Conductor Identification a. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. b. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. 10/26/200412:33 PM 16-16 J:\data\REN\104-035\Design\Specs\RentonTechnicals.doc 0 2004 RI 12 Engineering,Inc. .� City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 16 - Electrical MW Field Tests Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors circuits over %2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. 16.19 Switches and Receptacles A. General ' Standard wall switches shall be single- or double-pole, standard or three-way, as shown on the drawings and shall be AC quiet type rated 20 amp, 125/277 volt with screw terminals. Wiring devices shall be ivory colored for general use and brown when installed in service areas or dark finished walls. Approved manufacturers are: Switch Receptacle "' Arrow Hart 1991 Series 5252 Series Bryant 4901 5252 General Electric 5951 4060 Hubbel 1221 5252 + P&S 20AC 1 5252 Provide GFCI, 20 amp, 125 volt receptacles with push to test button for periodic testing by simulation of a ground fault where identified on the Plans. B. Plates Scope: Provide plate for each wiring device or outlet. Device plated receptacles in the valve vault and backflow preventer enclosure shall have weatherproof plates with a hinged cover and shall be Sierra Electric WP series or equal. ■r► Plates for devices in the equipment enclosure shall be of metal, of the same manufacture as the conduit fittings and specifically suited for the device and fitting used. ■• C. Outdoor All-Weather Outlet Covers Receptacles located in underground vaults, outdoor enclosure, or outside exposed to the weather elements shall be provided with a weather protective outdoor outlet cover. Outdoor outlet cover shall be equal to BWF Manufacturing Inc. Guardian Series. Cover shall have a NEMA 3R rating. 4W D. Position Of Outlets Install symmetrically all receptacles, switches, and outlets shown on the trim, and where .. necessary, set the long dimension of the plate horizontal or gang in tandem. 16.20 Grounding ir. Service and equipment grounding shall be per Article 250 of the National Electrical Code. Verify that a low-resistance ground path is provided for all circuits so an accidental contact 1W J:\data\RI--N\104-035\Design\Specs\Renton Technicals.doc 16-17 10/26/200412:33 PM ©2004 R112 Engineering,Inc. 1r Fall/Winter 2004 City of Renton Division 16 - Electrical 2004 Lift Station Rehabilitation Project sr to ground of any live conductor will instantly trip the circuit. 16.21 Lighting Fixtures A. General Fixtures shall be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL approved and so labeled. Provide suitable supports and mountings. B. Lamps Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the drawings for the ordering information on lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Approved manufacturers are Westinghouse, Sylvania, and G.E. Lamps shall be provided for all lighting fixtures. 16.22 Branch Circuit Panel Board Provide branch circuit panel board with rating, number, and types of devices as shown on the Plans. Panel board shall be of current manufacture, shall be UL approved, and so labeled.When not identified on Plans,provide minimum of 18 single-pole breaker spaces. 16.23 Instrumentation Equipment V A. Pressure Gauges Provide pressure gauges where shown on the Plans. Gauges shall be stem mount or 1P surface mount-type as appropriate for each installation. Gauges shall have 4 %2inch scale faces and be completely suitable for measuring potable water. Select pressure ranges so that "normal" operating pressure of system is approximately 50 percent scale on the gauge. Wetted parts: brass, bronze, or stainless steel. Calibrate in "psi". Overall accuracy shall be ±0.5 percent of full scale. Gauge shall be glycerin filled equal to Ashcroft, Noshok, or Wika industrial process gauge. Gauges shall read in psi. Pressure gauge range: 0-30 psi B. Pressure Transmitters Water pressure transmitters shall be fully-active, Wheatstone Bridge types, and shall be all solid state with a 4-20ma output. Strain gauge bridge shall be etched on a silicon chip and be metal-enclosed. All wetted parts shall be stainless steel. Transmitter shall be hermetically sealed to withstand submergence or an operating environment of 100 percent humidity for an indefinite period of time. Total error band shall not exceed 0.25 percent of full scale over a temperature range of 0-100 degrees C. Voltage input shall be 9 to 20 !r vdc without more than a 0.12 percent change in output. Volumetric displacement of bridge from 0 psi to max-rated pressure shall be less than 0.01 cubic inch. Provide electronics with built-in protection against AC line transients and lightning spikes, and an R/F filter to reject external electrical and internal noise. Zero and span adjustments shall be non-interacting. Provide transmitter with 1/4-inch or 1/2-inch process connections, and completely suitable for measuring pressure in a potable water pipeline. Transmitter installations shall 10/26/200412:33 PM 16-18 J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 0 2004 RI I2 Engineering,Inc. OW City f Renton Fall/Winter 2004 tY 2004 Lift Station Rehabilitation Project Division 16 - Electrical s be equipped with drain and bleed and isolation valves to remove air from transmitter diaphragm. Provide transmitter with enough cable (submergence proof) to allow for un- M spliced run from final transmitter installation location to the power supply and 4-20ma termination. Select ranges to provide a system that utilizes the largest percentage of available span for each transmitter. Calibration information is shown on the Plans. Transmitter shall transmit in pounds per square inch at both the device screen (if equipped) and through the 4-20mA output. Contractor shall be completely responsible for proper operation and interface of transmitter with other electronics provided on the project. Pressure transmitter shall be equal to Foxboro IGP10 with LCD display. C. Submersible Level Transmitter The transmitter shall be installed in location as described on the Plans, and shall be a totally submersible device with molded integral cable. The transduction principle shall be an integrated silicon strain gauge bridge with a two- wire 4-20 mA output signal. The operating pressure range of the device shall be up to 0-5 psi with an overpressure acceptance of two times the rated pressure. Total error band shall not exceed 0.30% of full scale over a temperature range of 30° to 86°F. The accuracy shall be 0.25% of full scale for 1 psi to 900 psi range. Voltage input shall be 9 to 30 vdc. The electronics shall have built-in protection against AC line transients and lightning spikes and an RFI filter to reject internal electrical and internal noise. The transmitter shall have a maximum OD of 1 inch and a maximum length of 9 inches. The transmitter shall be provided with enough submergence-proof cable to allow for an aw unspliced run from the transmitter mounting depth to the control electronics plus 10%. The submergence-proof cable shall be constructed of polyurethane sheathed cable with integral vent tube and Kevlar strain cord. The complete level transmitter assembly shall .r be completely rated for the environment for which it will be installed. The submersible level transmitter shall be a KPSI wetwell level transmitter model 720- 140-00005-009 with cable hanger, and aneroid bellows model 815. Install bellows in w control panel. A weighted stainless 3/16-inch aircraft cable shall be provided for attachment of level transmitter. The aircraft cable with weight system shall be the length of the wet well depth. D. Level Switches — Float Type B 1. General: Level switch shall use the movement of a float, the weight of whose moving parts is less than that of the displaced process liquid, to actuate switches as the level changes. The switch(es) shall be integrally within the float and connected to a terminal box by a chemical resistant electric cable. The float switch shall close if water level in the wet well drops below 15 feet MSL. 2. Features: a. a. 2/Conductor #16 AWG flexible type SJO oil-proof, 300-volt cord shall be integral with the float switch and shall be of sufficient length to reach the J:\data\REN\104035\Design\Specs\Renton Technicals.doc 16-19 10/26/200412:33 PM ©2004 RI I2 Engineering,Inc. TAW Fall/Winter 2004 City of Renton Division 16 - Electrical 2004 Lift Station Rehabilitation Project s splice handhole with an additional five feet of slack cord in the wet well. b. All floats shall be normally closed-type. c. A weight shall be on the cord near the float switch. 3. Manufacturer: Float switches shall be as manufactured by Anchor Scientific Inc. Type S or equal. 16.24 General Installation A. General Install all materials in accordance with electrical code, UL listing requirements and manufacturer's instructions. Secure to structure without play. Penetrations: Must be provided such as to retain fire ratings. Grout all raceway penetrations. Clean up: Continually remove debris, cuttings, crates, cartons, etc. Carefully clean wiring devices, cover plates,light fixtures, etc. Painting: Repaint any electrical items scratched or marred in shipment or installation. of Interconnections: Provide all interconnection wiring between work provided in other divisions and the work provided in this division. All equipment to be completely wired and a fully operational upon completion of the project. Raceways, devices and boxes: Secure to structure without play, install raceway in the least noticeable location parallel to a building surface (i.e., wall, ceiling, floor) acceptable to 0 Engineer. Furnish and install all fittings, boxes, extension rings, etc. as required. Provide Class I, Division 1 wiring and conduit seals as required. Install underground conduit 36- inches below grade. Secure lighting fixtures to structure without play. B. Electrical Site Work AN Provide all excavation, trenching, backfill, and surface restoration required for the electrical work. Trenching shall be to depths as required by code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench ' bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 1 foot 0 inches minimum, except gas lines shall be 1 foot 0 inches both vertical and horizontal. Perform crossing of concrete or asphalt only after surface material has been saw cut to required width and removed. Backfill around raceways shall be 3 inch pea gravel or sand for systems of 600 volt or less. Provide yellow marker tape over raceways below grade. Place backfill material to obtain a minimum degree of compaction of 95 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod roots, and debris for backfill. 10/26/200412:33 PM 16-20 J:\data\REN\104-035\Design\Specs\RentonTechriicals.doc C 2004 8112 Engineering,Inc. .. City of Renton Fall/Winter 2004 2004 Lift Station Rehabilitation Project Division 16 - Electrical C. Seismic Requirements All equipment installed on the project shall be anchored, tiled, restrained, or attached to the structure in such a manner that such equipment will remain in place and functioning when subjected to seismic forces for the seismic zone in which the facilities are located. Direct all subcontractors and suppliers to furnish and install equipment and to provide " anchorage in a manner that will conform to these requirements. 16.25 Testing Test all circuits for continuity, freedom from ground, and proper operation during progress of work. a* Test all systems as they are completed per requirements. Conduct special test as required for service and/or system ground. ,. Test pump motors to verify that an overload condition does not exist. 16.26 Final Test "w Conduct final test in the presence of Owner and/or his authorized representative. Prior to the test, Contractor shall have satisfied himself that the project area is properly of cleaned up, all patching and painting deemed necessary properly done, and all systems, equipment, and controls are functioning as intended. Run all tests and furnish all testing instruments required to demonstrate satisfactory IM operation of systems, equipment, and controls. Upon completion of work, test complete system for proper operation, and certify system IN is complete and operational. • r aw 4W 10 it ow J:\data\REN\104035\Design\Specs\RentonTechnicals.doc 16-21 10/26/2004 12:33 PM ©2004 RI-12 Engineering,Inc. +W Division 17 Automatic Control 17.1 Scope of Work A. General The City of Renton owns and operates an existing radio based telemetry system that monitors and controls this flushing station. A telemetry panel exists at the flushing station r and it will be re-used this contract. Proposed instrumentation will be connected to this existing telemetry panel and the control operations of the flushing station will be revised. The Contractor shall be required to provide coordination, specified instrumentation, and on assistance with the improvements of the telemetry and control system. B. The Contractor shall provide the following: 1. Provide and install all mechanical and instrumentation sensing components identified on the Plans. Only items identified as provided by others or City are not included. 2. Terminate wires and cables in the telemetry panel Vjs 3. Provide testing and calibration of all mechanical and instrumentation sensing components installed this contract by Contractor. Contractor shall verify that all field up devices function properly. 4. Provide and install all conduit, cabling, and wiring from all the mechanical and instrumentation sensing components installed this contract by Contractor. Contractor +�•� shall terminate wires at devices. Each cable and/or wire shall be labeled to match the termination point in the panel. Coordinate with City's telemetry integrator prior to labeling wires. S. Testing and start-up of telemetry and control system with cooperation from City. C. The telemetry integrator will provide the following: 1. Provide and install all control system programming at the flushing station and the master site. aw 2. Testing and startup of telemetry system with cooperation from Contractor. 4W 4r 1r so J:\data\REN\104-035\Design\Specs\Renton Technicals.doc 17-1 10/26/200412:33 PM 1W 0 2004 R142 Engineering,Inc. Division 18 aw Measurement and Payment 18.1 Payment It is the intention of these specifications that performance of work under bid items shall .r result in complete construction,in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal, but required according to the plans and specifications and general +. practice, shall be included in Contractor's bid price. Bid Item 1-7 are for work performed at the Lake Washington Flushing Station (LW). Bid Items 8 and 9 are for work performed at the Misty Cove Lift Station (MC). nr 18.2 Bid Item No. 1 - Mobilization, Demobilization, Site Preparation and Clean-up (LW) Lump sum price covers complete cost of furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel r. onto the job site; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction;provide system testing, move all personnel and ar equipment off site after contract completion, and provide as-built data per specifications; clean up site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 •• percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of total contract. 18.3 Bid Item No. 2 - Site Work (LW) Lump sum price shown shall cover the complete cost of providing all site work relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: structure excavation, backfill, and compaction; site grading; temporary construction fencing; temporary erosion and sedimentation control; disposal of excess material; control of water;landscaping; trenching;excavation;removal of unsuitable materials; select bedding; backfill; appurtenances; dewatering, telemetry, electrical, other underground utilities, and all other work necessary for a complete installation of all sitework and underground utilities. Payment shall be lump sum. U. 18.4 Bid Item No. 3 — Structural (LW) Lump sum price shown shall cover the complete cost of providing all materials, ,. equipment and labor necessary for constructing the proposed wet well lid and valve vault complete as shown on the Plans and detailed in the contract specifications including: cast- in-place concrete, pre-cast concrete, miscellaneous metal work, entrance hatches, and modifications to electrical shelter, patching, repairing, and testing. Payment shall be lump SUM. J:\data\RL^'N\104-035\Design\Specs\Renton Technicals.doc 18-1 10/26/2004 12:33 PM 41W ©2004 RI I2 Engineering,Inc. 1W Fall/Winter 2004 City of Renton Division 18 —Measurement and Payment 2004 Lift Station Rehabilitation Project 18.5 Bid Item No. 4 — Finishes (LW) Lump sum price shown shall cover the complete cost of providing all labor, materials, and , equipment necessary for painting and coating all surfaces of the improvements as shown on the Plans and detailed in the technical specifications. Payment shall be lump sum. ' 18.6 Bid Item No. 5 - Pump and Motor (LW) Unit price shown shall cover the complete cost of providing all labor, materials and equipment necessary for the pump and electric motor as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. 18.7 Bid Item No. 6 — Mechanical (LW) Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the mechanical work shown on the Plans and detailed in the contract specifications, including all mechanical work and equipment not listed in the other bid items. Payment shall be lump sum. 18.8 Bid Item No. 7 — Electrical (LW) The lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical and instrumentation work shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. 18.9 Bid Item No. 8 — Mobilization, Demobilization, Site Prepartion and Clean-up for Misty Cove (MC) Lump sum price covers complete cost of furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel 0 onto the job site; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing,move all personnel and equipment off site after contract completion, and provide as-built data; clean up site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request. 18.10 Bid Item No. 9 — Structural (MC) Lump sum price shown shall cover the complete cost of providing all site work relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: replacement of the Misty Cove Lift Station entrance hatch, temporary construction fencing; excavation; backfill; appurtenances and all other work necessary for a complete installation of all sitework and underground utilities. Payment ° shall be lump sum. to 10/26/200412:33 PM 18-2 J:\data\REN\104-035\Design\Specs\Renton Tcchnicals.doc 0 2004 RI12 Engineering,Inc. ON STANDARD PLANS STDPLAN.DOC1 ' FILTER FABRIC MATERIAL 60" WIDE ROLLS. USE STAPLES OR WIRE RINGS TO ATTACH FABRIC TO WIRE. 2" BY 2" 14 GA. WIRE ' FABRIC OR EQUIV. BURY BOTTOM OF FABRIC 2°-0" MATERIAL IN 8" BY 12" TRENCH 5'-0" 2,-6„ I- �-- 6' MAX U FILTER FABRIC MATERIAL 6" 2" BY 2" BY 14 GA. WIRE FABRIC OF EQUIV. 2'-0" PROVIDE 3/4" - 1.5" WASHED --!!! 5'-0" GRAVEL BACKFILL IN TRENCH AND 12" ON BOTH SIDES OF FILTER FENCE FABRIC ON THE SURFACE. --I 8" MIN. 2" BY 4" WOOD POST ALT: STEEL FENCE POSTS. BRUSH BARRIER N TS NOTES: 1. FOR SHEET RUNOFF OR FOLLOWING DISCHARGE FROM A 5. THE TRENCH SHALL BE BACKFILLED WITH 3/4" MINIMUM 11w SEDIMENT TRAP OR POND. DIAMETER WASHED GRAVEL. 2. MAXIMUM SLOPE STEEPNESS PERPENDICULAR TO FENCE LINE 6. FILTER FABRIC FENCES SHALL BE REMOVED WHEN THEY IS 1:1. HAVE SERVED THEIR USEFUL PURPOSE, BUT NOT BEFORE 3. MAXIMUM SHEET OR OVERLAND FLOW PATH LENGTH TO THE THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. FENCE OF 100 FT. 7. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY DURING 4. IF 50% OR LESS OF THE SOIL, BY WEIGHT, IS FINE PROLONGED RAINFALL. ANY REPAIRS SHALL BE MADE PARTICLES SMALLER THAN THE U.S. STANDARD SIEVE NO. IMMEDIATELY. 200, THE EOS SHOULD BE EQUAL TO OR SMALLER THAN THE SIEVE SIZE THAT 85% OF THE SOIL CAN PASS THROUGH. rr FILTER FABRIC FENCE DETAIL Y p� ADOPTED CITY OF RENTON + * STANDARD PLANS O$ LST DATE: 12/96 DATE REVISION I BY MPR D DWG. NAME: BR21 SP PAGE: B066 RAW m D D� U 0 EXISTING GROUND °w ir0-a 000_ 12 - EXISTING GROUND 100' MIN. (MAY BE REDUCED TO 50' MIN FOR SITES WITH LESS THAN 1 ACRE OF EXPOSED SOIL.) R=25'MIN 15' M, IN. < 1I� Q 0 0 o- EXISTING DRIVEWAY RAMP OR SITE ACCESS i ROAD PLAN NTS i i 1. Use 4" to 8" quarry spoils or crushed rock for surfacing as shown. Material with 'fines' is not acceptable. ow 2. The 100' minimum length shall be lengthened as necessary to insure material is not tracked into the public right—of—way. ow TEMPORARY CONSTRUCTION ENTRANCE GtiCY p� ADOPTED CITY OF RENTON STANDARD PLANS NT�� LST DATE: 12/96 DATE REVISION BY PPR D DWG. NAME: BR23 SP PAGE: B068 1' 1' 2.5' 1' 1' MIN MIN MIN MIN MIN 2" CLASS 'B' OR FACE OF CURB OR B MODIFIED' EDGE OF PAVEMENT CENTER LINE OR *2" TO 6" CLASS `E' LANE LINE OR CLASS 'B' OR CLASS 'B MODIFIED' ' 6.5' MIN. 2" DEPTH OF GRIND OR SAWCUT AND REMOVE 6.5' MIN. ' 1' 1' 2.5' MIN MIN MIN MIN MIN 2" CLASS 'B' OR ACP CLASS* 'B MODIFIED' --// 6" CRUSHED SURFACING TOP COURSE ' CRUSHED ROCK, PLOWABLE FILL OR AS REQUIRED BY ENGINEER TYPICAL TRANSVERSE PATCH * FOR MINIMUM STANDARDS, SEE DWG# HR-05, FOR FLEXIBLE PAVEMENT SP PAGE H032 ' GtiT Y p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:07/2004 07/2004 MODIFIED NOTES DCV CZ r' DATE I REVISION I BY IAPPRD DWG. NAME: HR-23 SP PAGE: H032A r—ASPHALT CONCRETE OVERLAY SAW CUT SHALL BE VERTICAL 2" MIN. AND IN STRAIGHT LINES AS CEMENT DIRECTED BY THE ENGINEER REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT 13/4"DIA. X 12" LONG DOWEL EPDXY COATED DOWEL BARS BAR ® 18" ON CENTER I 6" MIN. ON ALL FOUR SIDES 6 EXISTING RIGID BASE* MIN. 12" MIN 12" I COMPACTED TRENCH BACKFILL COMPACTED CRUSHED SURFACING AS DIRECTED BY THE ENGINEER TOP COURSE. ' CUT AND PANEL REPLACEMENT DETERMINATION: FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE ' MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: Less than ten (10) yrs old Ten (10) yrs or older Additional ' Requirements Local Access without Bus Route No No Local Access with Bus Yes Yes Route Intersection (All Yes Yes Plus one panel beyond Streets) the curb return 40% Removal Yes Yes Excellent Condition (based on visual and/or Yes Yes non—destructive testing) Principal, Minor, Yes, If twenty—four (24) Yes, If twenty—four (24) Collector Arterial and square feet or more of square feet or more of all streets in CBD and any panel needs to be any panel needs to be all bus route patched patched ' *CDF BACKFILL MAY BE USED IN LIEU OF RESTORING EXISTING RIGID BASE AT THE DISCRETION OF THE ENGINEER. TYPICAL PATCH FOR RIGID PAVEMENT PAVEMENT PATCHING AND RESTORATION DETAIL ADOPTED CrrY OF RENTON + STANDARD PLANS LST DATE: 12/96 two DATE REVISION I BY jAppj DWG. NAME: HR-22 SP PAGE: HO33 rr LANE LINE MARKING 7,-8„ STANDARD VEHICLE WHEEL PATH ' 3,. 4.5' 3 MIN. MIN. MIN. ACP CLASS* MIN. MIN. 6" CRUSHED SURFACING 2" CLASS 'B' TOP COURSE OR 'B MODIFIED' 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL WITH EDGE OF CURB & GUTTER, AR4000W OR CENTER OF LANE LINE 2.5' MIN. ' CRUSHED ROCK, FLOWABLE FILL OR AS REQUIRED BY ENGINEER ' *MINIMUM ACP CLASS 'E' or 'B' or 'B MODIFIED' SHALL BE: PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS & INDUSTRIAL ACCESS STREETS — 6" ACP CLASS 'E' or 'B' or 'B MODIFIED' ' (PREFERRED) RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or 'B' or 'B MODIFIED' (PREFERRED) NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR TYPICAL LONGITUDINAL PATCH AND OVERLAY DETERMINING PAVEMENT THICKNESS. FOR FLEXIBLE PAVEMENT GtiCY p� ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:06/2004 Imp o�DATE MODIFIED 40TE5 MV Gz DWG. NAME: HR-05 SP PAGE: H032 DATE REVISION BY APPR'D ov v0 133HS HAW I NOI1dWaOJNI l OOD V) u � o Ld RE NOIIVIIII13VH3EI NOI1VIS loll ti00Z Z a w � _ a Z 2£ 2 i J <Z. U rn J 3 Q ° 1 z z w 3ra owe W o ♦ NO1N3a �O Jlll3 �2E� MR_ m._ W �� cQi�c°Ia�°,�S°,m a � .0000S� LLi �.�Faullf--j--Ll5" ° o w E Z o U om Z `.3$$!I' ova � 1 ®� p a �i < az a cw W Z 0 D a V W � r ..r� aagaz°mF CD LU g Z Z F- Z = LU w� a�U5 U 2 C'3 to .. w Y W (n 3 RC ax$$w$mm LJL a0 E� N.n ain r E T�� g �Q��0���0�0 ° pp pp ~) }T MY MY ONi O�i� w J �mm ��i v a v v v W m � w T Cl) m� Z W �F Z _ O = J 0 _� a a ki d S d Z o I W W W 1 � L w xo oC Q a-5 w Z W m , Z w ZE W O J °� V w off= =U= -Al a �o� do� o°� °goo � chi°a � �� Nz ° oozzz 44WO zWO 00— Z N � o co O Z � Om O y Z 3 m i aw< o m€ N F 3 <i z� aW3ia O� zW � O � K yzj ° -0V3 mwyF Zp �NZ > az i F � �� Uj �oVW �FZ Q'�'� N r �zw O O ¢¢ 6 F i F Z Z m Z ZZ°Q N ZZ 1 6 O OF< U_ F�w �OwWZOF O rT1l a y<� 2V �� pW W 6 G6 s�25 U3 3i ED-F�° �rc VkV1'1z ° $z `o °0a° "o�s° 2- F - ut �m vs=s u, s°y€ � 4avir g is � z�- o � <�W Wowm ° g°<W a -US, F� F< ~ a OF °Wl.� NUf <M�W(?Z 6am �N a�U' W {o�QSv°wi Ww�rc� E W � U KK Z F Zz O J11CJJZ � N 1r-/ O oo <W°< <>m°aZ�Z 11 < 2 O O O N J m S O Z O U m U ~ U W Q N O (E-4 J o 'u'S'6 �o `� Nz `� �o F° �a k'� < °� 0s �mz �ziNizF �i .� ► o� �� "tl E-1 � cz=i m � vice k' �� r-z a a <° o� ri W w zz�' ��m0 � W � � �sU a Ud � F �� ° io <a ik' z z 5 m�v� - x °Ni$ zc�°I�k"g w m�� a'-� dw`�''WW °� W32 z niz o < �cF <�6 ami6 QwmW gzY w U N p w r U w Z O W Z w? O K F m U C O <O Z V= v CID °o m o'°"o a i� `n��"k' F z O o� Wiz'^ m c� czirmo 6�F °° o° oF_ �x <° �° w°S <ZZ SNP �d¢°s ax<o FVTS3 O �5 SN ZO=wN a F_ .6i ZUm F °3 Z ° b v3°i 0 O Z ? ' a U ° F d m Z U°< WNW 6 ZZ F Z ZU O N w r U K W Ci m O U 6 Z r 3 0 a Z F_ K 7 U As � ¢F_ Uz6 Z 3 �J3 ��F O<�z� $'qx x <i � O �°s � zJm °� Fw aoa m oN oNO °a�� vss6 w aJ �aa �o a°�-'i �''n'<�Zi 2 iw z€w °OOW o`g�°z�WN a t5K ) 7v �` ►-1W ° W�< WW �U NQ�� j jJ� Kd� MVI�O dVl 0 << �6w -��� <Zy�jS p°L a v'a> `b' x� z ono a i o �f-" jz zc> y> >aF ` ut � ° rte° aWw �owc�c>k-+� z <<"' in �`�a°5 k' < �° � << Nv'w as W¢ Ut "d a°W < N� FS✓i<y =Uw ux �m U °d� Z°WU� <°z UOO 3 Y K Z 3 C Q U U¢ N~� (� ozs °°za o�� o boa yii�wz� �x o 3� -�w °a W u°w NIO Q< as ..oLL�w a as zaaoa c3 a A� wo aga o?zwz �< w i + N o �� �� F z � g �3 °� �`J�U a°asU�<�� FF �6 �i ao_ mti �dmtid w g� z zo�W rkd io"�4s' d c'�S Oz A . as 'a $ � '�S1Zao caw o � ?� v=ia cT?3 o°armv°ig�a3k' ° `V �� ♦ �r NVId Nouona1SN00 �, CINV NV Id 311S ONIISIX3 LL a W 4 _ ZZ 0 W W N Z y W W e p o 3 O N '�' C mY^ C • Z ZzF W ','1- LL 6 w II NOIlb�11l1ElVH3a NOI1�d1S 1AI1 ti00Z T a W Z JZ_ $ j Fo A U� j Z J U N� Jez �a tltV' CmY �m N V 3 O o J ♦ NO1N3a d0 A110 !® a N X83 m m 8 M s 8 poLL I LLJ LLI U J E yt k 7 l W D o W ui ui F- �F W ¢° J N `-'~ W �. W 2 0 . z lL z CL o - a - � o ° w LU > W w U t x z x �1 W o g 0 p 26 OR N \ z3 ¢ r� w � U F¢ ¢ X QhtO W - % x x x x x x x x % % ZOM U x x x x x x x x x x x x x ww % x x x x x x x x x x x x X x x x Y o N z x x x X X %.% x % z x % x x x x x x x x x x % X X x x x x x X x x x x x x - x x x x x x X %.X-x x x x x x x x x�4 x x \/ x x x x x x x xxx % x x x x x x x x x"Vx x ♦m x x x x x x >S/x x x x x x x x x x x Jtr;j x x x /'� x x x x x x x x x ,z x x x x • x x x x X x )ex x x % / X x xx x x x x x x x x x x x x x x x % x x x x x x x x x x x x tjx X % x x x x x x x x X- x x x x x x x x x x w x x x x x x x x x x x x x x x x x x x x x x x x x x x x i x x x x x x x �x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x X x x x x x x x x x z x x x x x x x x x x x x x x x x x x x X X x X x x x x x X x x x x x x x x x x /x � w x x x- x x x x x x x x x x x x x x x x x x x x x x x x x x x x x X x x x x x x x x f�x x x x x x x x x x x x x x x x z x x X % x x x x x x x x x x x x'/x x x x x x x x x x x x x x x /x % X % X % X % % % °x��' x x x x x % x X X x x x x x x x x x x x • % �(.'x w X X: X X X X X X x X X x X X x x xx x x x x X X x x a x X X x X X x x I �pp % % if X x % x x/x x x x x x x x x 4r��x x x x x x x x x x I W X X x x x x x x x x x % x x x x X x . . xxxxxx A a x x x x x x x x x x x ' • o w x x % % z X x % X %/x X % X /rx/x x x x x x x x x x z x (o�y°4 x +. x x x x x x x % % % % x X X x x !/X x x x x x x x x x x % % % x % % x x x F 5 Y w x x x x x x x x x x j/x x x x x x x x x x x x x x x + N/ x xx x x x x x w xxxxx % % % ,�xxxxxxT5 xxx > / M x x x xx x x x x x x x gx x x �� x x x ° x x x x x x x x x x / \ xxx ,lxxx IxxIA, xx1°� x x x x x x i / \\ / Xx� xx� xxxxx x i % % xxxxxxx . % . 1. x z¢ xxxxxxx \ x �+�u xxx r / x x x x x x x x x x x xl�°x X xU� % Xxx x x / \ • x x x x x x x x x x % N °a x x x x x x x % I Z Z \ xxxxxxxxxx % WS° . . x xx x a o xjx,x x x x x N N \\ 2-4! \` % % % . x x x x x x 16 K\ x x x % ¢xn x x x X \ 1 x x x X3° `� � �i w JI<^ _ X x x x° x x _ W \ oS \X X x x X5; °x x x /� n °W VI wo \ w x x R x xxx T x x xoNmZ2o = N `rd0 \z x W s �X x x /� xxxxx I a x x xxxxxx ZN x x x xxxxxx � z Wso X x x X ZSK p o •� O o m=m V \ rOO x x x x x I W V iN� 2 \ O % x x x x x 2 c.1u'' Z x x x x x JU o<a x x x x x x x % x x x x % x x x i x x x x x �;le x x x x x x x x x x'' x x x �, x x x x x x x x x x xx W / B % x x x max X x x x x X x x x x x 15,F, x x x x x x x x x % x w °a ¢ W � z� \ x x �S ,. x X x x X x x x x x x o� mio x x o NFa x x x xxx xx xxxx x x °< N m x x x x x x x x x x x x x x xx x y % x a \ /^ x �m Fm V U wOW / \ v0 •\ x x x x x x x x x x % X x x 111 \ x x x x x x / % x x x ~� m Z Zmrn / \ ZGi •\ \.x % x x x w�ux' x x x Z oNO x x �y/x x x �a`J` \ \ x x x x x x x x x x I \ \ x x x x x x x \ x x xa 05 x x % xK >�gxxx goy \ x xxxxx ° \ ` x E x x x x i o Wax W W Jw \\ ti \ x xxx F x x x w rn � O x x x i x Z F» x x x �'^ z- 1 oD- iD \ I �C Z yy ° OO^3w01 00 3 -HS x x O W - �m W x �� Qw w° m \ x HNKO�D=z Y� ��z F �.� ¢ \ 4\ Q6NNOv a _ �N� w x`� V �VIWZJp A a �°cLL�3rzf k' Qoz x z�.+� n r zW s �w I . yi1 Z? Nm¢ � YZ< i °�F �° o ¢xw U �ww m zp� yg0p�°' w 'gipp a o� "± �o Nb�'ld 311S a3SOdOtid NN = w 8 LL .NNO 8 �"' n w m p S z3 o r w O l ✓' Z Z w f G N S R7 LL Li ell �I w NOUVA118b�H3a NOLMLS JAI ] ti00Z a Z; s W g 3 o e ~�� w ♦ NO1N3a �O Jlll3 ��. 0a= W-1 109- m p g m ¢ a wex Q�s o s o g w o m 9 9 W ¢ .9-.f W awso LL. Orc ww cc Qly .I ��'F v LLI LJ LLI _ ow 6w W z Iri W \ v z cr- cc zs JE Nam uFp oW W 1 1 o� W o .00 U \ / J wa V W� noo LU J x N I- � '� �aa W a� W N W mQ� I.j W °p J m J Q V¢w + O } > w U ¢ O Z o ui � 26 ❑ �W N 6 (71O 2 zs ¢ m 5� co 3 � 0 0 <U � � r I C3 './.. I ¢ Z C9 v x Lu •�`_' Il s w ,,� o w y z s a NN a ¢ a .o N U N Q / \ ................... / \ w O Z� r W� W25 G Q 3 o W W z O Na N¢ < I v o� coo J\ Q d \ J s \ w `E rL W W ¢ I a� cn v �W/� ..a O 0........... z F z o LL 3 p cr- ;>> \ ° •\ ` s Z m w m °o S \ X Cl) / rng 20 � / O ZiOV t7 0 3aC � O wo o z N F w z Nz 3 > o m it di IM is �O� m� •� I °�a �s' �c°�� Dui LJ " Z W �W ��q <°w - �o�Y j (� mwWa F o a O w ¢ Jew<w zsln In \ `C_ �- az —, �iw� p ?� w rid ¢ ¢ w� w oN° < o ¢ Z zm� z�w�"' ¢azp a N fin: S 3 /W/ LLJ Z O Z�w FF<�G 65 �Z � _J �� 2 ° UH to `` r N WOO¢ AN O WU�Kd Q X _ W F¢U U� I � Wax . W o� 0 3 r 6r 1row ownr Iiwr arli fin/ booA Ind ■od `mill WIA `MA + Nbrld W !!j r � " w o s o IVOINVH03W 43SOdOad W N � W • � o �� U Z4Ypp "o y '�• W y j ® �I �, NOIld11118b�H3a NOI1b�1S Jill ti00Z J W W ; s o a m =n + NO1N3U =10 ADO aN �a m m4$ W$g a p N O a 0 a o � vUwi w3�F��z z N z roe —� W Ei z a aQ�wom — w F o0 aYV�'ip° wz LU O F W Z a pg�°p6x �z Lu ° Q J O Z W O Q Q Z W U p Q = F m w S W � FZ FU 3��3°o�WF gyp_ ONQ U Q d° o O ti x4 oaai��iv°i zo A N D r N �a z �w�•j w 6 � O— N� �U?�Q 1Y C7� � p J LLLL O U Z ° / \l/vA/j /gV�'� z CF5 U Q� DU WF f/N10 Z , W Q = J \ F-1 O W UJ ca CL UJ W= b ! 1 = n Ir of — —J — z LU LU ° � w�5 I a W O w CL I � m� I III III I I I I I o I Nm I •Il:. :I:�._ s w yJ1 a<o' �zgw ° WWa s"z°� w x 6 r W NON Za jW�� U N- U x J w IW q°z W I NW�r // da z wo�N a L m� NUN6 D dQ O F �5.s J O N ¢ Z O d ♦ �o 8 aN3031 IVOIUI3313 UI m W o � W o T N LL u " � (A W Ld Li z, rc O u 8 I d 0 N o z w��sUt��vWtww O°z a p�o o�p w v o rI O N<3?w$iSpoC��°i z°r p 0 z z 0 r"I J�°U z J a 1��ZZ x�I w p to°a�6z�"I-•rc 3 F z•w a U�a m�p Z�z¢z w vw•a°x 3 t�I o i�LL w°z--vio U z°F i z°o z o i i�a.���w o w w a<z F N b✓9_-�r'i tFz aU�pat°U r a°Ne U U Q/W/W_Q n v���Q�LL r Z�J�Q O y�w���a wNoOy°�orn"�/m°°U<°��z w�v U z_<F--U�wo p�-m¢�"$r�<z s°U z'Q Q Q�$p z�N N A�N-,vw a aN t°n i m Fz�3 m m O`i°_z�p_z¢�w�eF v i¢N a o U O W a�y�a$rn'$o w t°�n w<mv°m o z�O•i s fo�i-GF"a N f��N D Q Z Q r ad O O.0 m y W>y N�V w"�3�o<-x����z w$o°<wt��-o W°r W�<�3'N N n m<a N'm 3 a✓¢z F o'U 5�W O?kc w a<i°o�t°o c>z°'r> mmmmyH-m� v°W a v m�c¢=iUU O S K o z 2 Z i°w a a mn)�i' <o w p Q°°¢�I I I I I I I I I I I I I I I I I lI 1 O��i_N•a U z a'6�w s�w z kJa a o a°Q O n-�aF�o��z J i'w�cNm°°�om d i�'z$Nrc;�c o F z°°'c�><�i xx O O p z"w��o�zWr�$��va v a`z-$<o N a W�Zn J w i,_.'�5{{t m � L � ;F v z 2 a zzo Y U_-a a �<ZF z z a�N N011Vllll13VH3a NOld1S JAI-1 ti00Z 3 P€ 3 d m Ii♦ NO1N3a =10 J113 1-4 ' o" W p9 Y O Z 3 3 U Z O C S O Z Fn ou ° - E° v /M wU O WJ oF i6°<c`<°vw�a o p�Nzo¢_°�nnm&J>»F w a H O�F-4v��SxF z_°�vwt�tzw�t�aaZo�"-n.a v m a z u°Us�Q>Z F�o°°`Xi+ 1 f o a O�a>zo x w Ji_'Z a C°-F p�U�y°I°m o���a z w<yc, Z W 0 LU J "j o w O � OO w W V// W W Z E� 3f WN OLr R J i� W o o O 'Ed. o0 0� W V W ' wo Y 2 I`- x000 �(D� a m Y g tz z z ku w W m O ° �a imp ° 0 iE mF F W o 4k2 °. ad � °°Di win- �I Z °o O y w 3 r yp to Z N moo 00 O k7i: � N n ° m m '° W F Ln °5. F UT I I F C T c® E v�tzW z_ i i``J�m<�a K O N°�a U-a°w e b°wr w z o ti m<v w� w�Nz���iI I I I I I I I I i I 11 I I I I I I I I � ' <Z V¢ �o w w mzw°za�r w`o x� ¢ r O a o 0 ° a CS a$i z Q W w o W. Z gzz J7.Z < � o to o mmOct < o o 0 W m 3$ a Q W LU � _o`Jm c<ZF`i w¢�o a z z a ° I o$ N y<2A CV 0p� ® o � ��II ■ O C� W HOOT il■■� i■�r �.� irl..� Imo.. �1 �... ■..r r�.i +r.... .�. ..IIr .�. .... ..... r�.ri �..� .� .� ♦ C {j g W V U � y- a"�^ wvu9vla 3NIT3NO a3SOdOad N N W a o LL s W O� p•3 V a • tp N (� N U' W J'' W o I� _ p N Q° �• °o F 1 '�O C W F 2 LL W W O W N O V U '� 1 Ii E Z W 8 I 4 t < z° N r° `�• mP x ® 'fl w NOI1b�111113VH3a NOI1b�1S 1U11 ti00Z Q W � � _ °I W $ , rn m I- i W Z S W V ;"�,'5 O-1 �z°d v z o r� ♦ g NO1N3a �O A113 a �8 m °<8 W a 8 k I w � cai w 1 z z c�T i T o j p 1 V ° Q o z M p F�5 U U U U LPL. O 0 Q J 0 N U Q � � U 0 IL 2 - O n U Z N O O U U w V a � � o U d W � O Y U U to E R _ o�z <?a U dO1S-3 ¢ o tO I T Q a a a m V V V a m J W O I I I I I I I i I I I W w p W " I ry N �0 1 I v, W Z ]Fe N Q o O S� _ N N N w AE . , 0 M U-1 O �< Io I J ° N D I I I I I I I � vasio�° z 000 o L H O O F5 9 irca �� O O j FLY*-,"uwa 2 0 3 = zo � N N <aa�`t`i' � r � a 3� W o "' +o- :. w � 31. 3'1. 71• `•P. `$`$ $.i'i• wa. ?. >oQ `�oN a3U r V mZc<i J WW o N "' Nw a Ra O�v�i V.... O Q J Z U r m Zm d . r( pC OC rCb Z zN °za N N W N � J NNNN1 ° W �W d� p p as �_ Z Wog sr 0 a�w cYi<a LU -4n < U 6 O w F O C7 H5.�N 6 rIF1 �< W ?r V � s• W F5 t; N - w rli U S o N o m F ° •-w°o m W FOB ^I ��d 0 3 w W M J<Z d : o>z�O F a z ¢Im Zm N r LU 4° V FNm �N J %��i W »a N W �K w OHO N V� pW w �°k10 Q NaD50V 3 �U N 6 ��U H °O NZ dm �UOw U- i C¢4 3 0 00 O F NW �m 0 a _ m W 6 ��, 6',,1 mamma mamma ft,,W Samoa ammomp MEMO MEMO nom/ Nomad wound Nolof WEN" Nomad rUld Nomad Nomad �r S1IH13a NouonEIlSNOO $ ti NN = a o w_ W t �INdH�3W Z N�aNd c o � YU a: Ne ffi q •i °°` w �"� 'Z Z Z Z w a € r a S a E u; Y° ;• W y y ® �1 �, NOIlb�11�113VH3a NOIlb�1S JAI-I VOOZ a W X.1= W ° ; � o �� N f J U W\ � Z :] m SJ U Z rJ 4 NO1N3a �O A.LI3 a� IrMg .g oa$ 005 � KBE^ mPS m � CJ yNj O N Q� Z N O 2 J n U <F 7 o o o U <Z � U N Z O� mS N xK WR m N F m N O W Q W €°N J W Z M �3 7 :a LU a Wo w� W a W �zNn 66vJa J N p Jxm�w ¢z >' °tea o W om = �a P x n Paz W N Cl) �o W J_ d Q oz Z W o�W4 Q W P7 UJ \� � x 8 8 � ¢ NV- ¢V 9 W z N9 LU ozz = d� Z tiZO< - OW �N 5a Wi Q O W U m Q V W O y�i ¢ V Q O W a X 2 2 aO Q z 2ZN� � J W � W cc I ° oW Q a Z W z ..J O W a Q p Z W I.--W O oX°x WzW °W U N�¢ N O ¢ J O� FO Z 0 O � U O !!! F O Z cn V=/ as W s p Q a > <� LU W � II U- ¢ OW o W z 8 c Na«a W cn a cn ¢ V� W W �X cc o zz ¢w�a i Nz aw owo� a zp a W `� knool rn innr mma 11non/ know konf woo/ Ord rn/ Boom omoJ word + 1NM30b"ld3d HOIVH 30NVUIN3 $ V� p O Y CO U 4 V 6Z S V d 11 NOIIVIS lull 3AO3 A1SIW W N $ u 02. a oN0 = r°wd;� = •. m'� �1 NOIIVI11113VH3El NOIIVIS JAII ti00Z Q W Wig J z Wigg« a s o a x J y ra ♦ NO1N31i �O AlIO Z W,g� W�; =a= 0 aN i06 Wox a°:8 a g o�g < L N rcrH m�< -M V_ w aA§ o y 0 V U RZW W W K j U cagm I a W�1~/1�026W� W = W mm��8s]]"CCCFX Z 1_ O 2 -QsNN Z V Z Z Ni6aR W isg a V W ui n O N < F m K d W Z 0 WZ WT5 a o � ^O �Z �• U W \ d. � LL ai iW CL O Cd CL z z g W a W W Ho �$� J za J U F W Z• � Z�O O -_ d N� TO - V!< of -W6 - ui vWi U)F a F to O W$a \\ lac cc CL W > " r/� K , t� N ° OJ N O3E w w a ~ W JO Fy QO V z F5 0 z � OQ a_ � WW U < 6 NJw wQ 3 O o UZO M\ \ \• j\ $ a a �o � a N CO) II ( C3 = - W II wm /, rF d W/ a W z Rd \ O \\. d F W U wj K F F O O N W N Z m 0 O W O Z ~O $ Ln ° c+ a z 3 F co � F / ' O F w - bow JOW bam b� (♦