Loading...
HomeMy WebLinkAboutContract Award Date: August 17, 2009 CAG 09-139 Awarded to: EnD General Construction, Inc. 28605 SE 216th Lane Maple Valley WA 98038 Award Amount: $325,826.56 1111/ 0\0(°( Bidding Requirements,City of Renton Forms,Contract Forms,Conditions of thekik Contract,Plans and Specifications $ 1 Nr City of Renton WIN Construction of: South 3rd Street and Shattuck Avenue S Intersection Safety Improvements Project PROJECT NO. CAG 09-139 City of Renton 1055 South Grady Way Renton,WA 98057 General Bid Information: 425-430-7319 Project Manager: James P.Wilhoit w' 425-430-7319 ■r i=«10 Printed on Recycled Paper tar CITY OF RENTON RENTON,WASHINGTON time CONTRACT DOCUMENTS aro for the South 3rd Street and Shattuck Avenue S Intersection Safety Improvements Project r PROJECT NO. CAG 09-139 July 2009 r BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT r SPECIFICATIONS PLANS aw On ON CITY OF RENTON 1055 South Grady Way r Renton,WA 98057 +rr ■r r * Printed on Recycled Paper w IN en THIS PAGE INTENTIONALLY LEFT BLANK lom ow NIP «♦ Printed on Recycled Paper irn CITY OF RENTON Project Number CAG 09-139 South 3rd Street and Shattuck Avenue S Intersection Safety Improvements Project CONTRACT DOCUMENT TABLE OF CONTENTS �,. Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids Bidder's Checklist *Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices +r *Acknowledgement of Receipt of Addenda **Subcontractors List +Bond to the City of Renton +Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖City of Renton Insurance Information Form +City of Renton Standard Endorsement Form City of Renton Construction Contracts Insurance and Related Requirements Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages rrr Certification of Payment of Prevailing Wages Amendments to the Standard Specifications Special Provisions wr Standard Plans 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. fait * Submit with Bid ** Submit with Bid or within 24 hours of bid Submit at Notice of Award CITY OF RENTON air Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington 98057 111, err City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 4 July 2009 arr log .n G��Y 0 et erD or South 3rd Street and Shattuck Avenue S Intersection Safety Improvements Project CONTRACT NO. CAG-09-139 ,l„ ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS Date of Issue: August 5, 2009 Date of Bid Opening: August 12, 2009 The Bid Documents for the above-named project are modified as described below. Bidders shall take this addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents and shall acknowledge receipt of r this addendum in the space provided in the Proposal Form. Failure to do so may subject the bidder to disqualifications of his bid. THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: rr Plans: New information is"bubbled"on the attached replacement sheets. Some additional information added to clarify the design is also "bubbled". Plan sheet TS01 (replacement sheet attached): 3" SPARE conduit is added at SE corner and Wire Note No. 14-3" SPARE is added to the WIRE SCHEDULE. NOTE: A completed copy of the"Acknowledgement of Receipt of Addenda"form found in the Project Manual referencing this Addendum,and any subsequent addenda,must be MINsubmitted with the Bid. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT as THE CITY OF RENTON obert M. Hanson, P.E. Transportation Design Supervisor Page 1 of 1 W 'm' um iiin mwfxoh g 0 ct NIngagz o w -Iw% z rz 1 � i 3 owL 6W "' a z ,,. NNoazis ¢zax aea a w- g u NFzn oq 'r_,rc rcoa o qn03 a 3vi ua , wwma� NN yo F06 z 3Qa DVIii az iiaW 6 W W no6.N ao a' = d s b ' Qm§ 2! I ,q aQOQ WWw•. wswOUZ 'mw m .ii U N ' n .ab' a,, ao S2- ]E` - .x< onaFo, uSW z � od Z F�Nap 0 a w-$ O 4110 ra :40 WzV«ooa oww iaa w � 2p" o On src (0 z - E Q, Fwpz = oisa$ gai W6aN6 s 3 a oao ' 78 ° n zuK, xw oJNb .� a eLmaa gxzZ � NE-. ,,,,,,,.-11, ma0 0 r m Qm K 0 - d co o� 2 g8 ' - ` . aQ wW Nw 8R2" 2- o6aNLao - 2ti'''i k' 'i5' g Na rce wi N g,, N i' a"' N � mm ' cou_I- as-2QW6i3 5z< ik w ` - zwi z pa a3F aFaw. aRaEme,aU0= od Qx a2w 0 Z aO Fw6o 0 J € g, N~ Z6Uw F422 o J a Q Z Q , -J" www < ,2a22w mm go os 6,Q = FoNa owa z= o3zo� o 3w 2oo < 4 wa yF 0 2MO 0 `r8 mo -aa � n .gOE F ow wavF -G � O aw Om _ 2a"o e<w53. .,2 ,to o m N w 2 ? m i< UZ w � i- X772 7mQF3JSrr --'< pa r R wwda - Ww Uu ( a ¢ % "N 0: x3 r oy` wk "w Sgw 6o ¢ � O r0 3N a oaS wa u- i -z vwU, rpy=iWs rc o wo wlw aa t w r XvF � i Q— o.is F- ca>0c., vi}n ry #sauvao as ' ow i o i1 z06 i ?a 8 8 0 0 8 e ®® 08 oss0 W .3 w & t o w ZS &2 H p nN� . o E 4 Oo i! ! i w w w �w .N._ oo i Q�9888 11 < OF Noo E�wn U W`$i ® _ \�__._ N N N N Nrw N N - LU Fp 3 w 3i H YF o eotil w? �w 26 Q \ ( W wO co vwiC U� QUO QW \ a r/ \ 00 n n Y N .c ,- N m 2 O Qc. �I 00 1� Fmk i// \' I /P / © i 00 44 00 —1— n Wire<i- _e 4410 U Vi + /t _—S'2AV NOnilVHS CL MO mesammuml� _ ; _. — — COO Si \' yew - S'3AV NOflilVHS — ,c - — e 0!+gS — - 0.0 ZS-- o N 3 E w m B d 3 30,2 44 NI '� 410 s ce Z ;I: m2>emm.. _ CC L MO 7 w j = Yom_ - - G1© // a 0 Ate. oJ �. r _ �- --_•mom - -._.a C —. oma ! & 80 009 ct \\ 1 1 11 II ir 0 ZOO .1 *Ai. sw 044W 0 - I I -Willi 44 AD4 1 ( 1 I 147 '' I I/� \\ 1 811111111111 ©I f = OW } 011111111111 1121 ©©ul©©ul©1IIf! W fl11111111111111 W_ 110 1 o®IuhIuhhhI III I W®oM©©Ou uEi g 5 t L4 58 g = = 6 u1111u11011w111 0 000 r u0111111111131M 5 0" W l pg z §u11111111111111 w - I (( g D111111111111111 m g , ii_ - . 1� J ` ,gym ��iiiiuiiiuiiii o m 1 ,! .. , 1 e 4 E11 q g ii 'S ® 3 E r. .mwsw.ewn v+�«+mwv�.an�.--Ct cnuw o vise TY .. South 3rd Street and Shattuck Avenue S Intersection Safety Improvements Project CONTRACT NO. CAG-09-139 ADDENDUM NO. 2 TO THE PLANS AND SPECIFICATIONS Date of Issue: August 11, 2009 Date of Bid Opening: August 12, 2009 The Bid Documents for the above-named project are modified as described below. Bidders shall take this addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents and shall acknowledge receipt of this addendum in the space provided in the Proposal Form. Failure to do so may subject the bidder to disqualifications of his bid. rs THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: Plans: Plan sheet RD01 ROADWAY NOTE 7: "STD DWG H032.1" is revised to read "STD. PLAN 110.1". wr► NOTE: A completed copy of the"Acknowledgement of Receipt of Addenda"form found in the Project Manual referencing this Addendum,and any subsequent addenda, must be submitted with the Bid. ar ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT THE C Y OF RENTON rAff f. anson, ' .E. Transportation Design Supervisor w. wr Page 1 of 1 r. CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY +■ ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, "' marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair,non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection,promotion,demotion,training,retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, ri. 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. rr. (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. re (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. wia 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 7tlday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: to Iv(ayor Council President Attest: • itL.dirrdr City Cler! V .s IMO ww City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 5 July 2009 .* CITY OF RENTON SUMMARY OF AMERICANS WITHDISABILITIES ACT POLICY ADOPTED)BYRF. SOLU77ONNO. 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: e• (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment,selection,promotion,termination and training shall be conducted in a non- .r discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements,and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in *in employment and receipt of City services,activities and programs. (3) AMERICANS WITH D SABILITIES 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 ear policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and log 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. X111 C or: RENTON RENTON CITY COUNCIL: Mayor •- •cil President 1140— Attest: 1)441# 10P:P."0" City Clerk '1 City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 6 July 2009 11111 CITY OF RENTON Project No. CAG 09-139- South 3rd Street and Shattuck Avenue S `ial Intersection Safety Improvements Project SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited +W+ to: Providing all materials, equipment and labor for the construction of a complete traffic signal system. Included in the work is concrete curb and gutter, sidewalk, drainage, and other work as required to complete the project. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 65 working days will be allowed for the completion of this project. Vali OOP dila .rr City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 7 July 2009 vrr wigVICINITY MAP to diss Project Location mit ,✓ '4 S 1iiicum Sl S • a3 %L.... t.... # """. 3 �' , '''.4.•,,,,%).' f e,..•44,-,';',,c,$), e 'I S Tobin•St x* *.;, r gas ,p J�` ' £ t ;�4tStf ` h: � Ii B ar i u 1 '..‘..2'7`:::;':-1::1.';'..: YYY iiii 1 j as t # Y 31 1 I. S Gth S`t£ , .5E 3 e WIN ...,s....70,..$,,.., $7i N� y to tog ■r til Oil IN r City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 8 July 2009 INK INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall,until the time and date specified in the Call for Bids. rr 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. „i, 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 y.. approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 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 WNWCity 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 .rr of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. ++� 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 11111 herein and as identified within Specification Section 1-07.18. City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 9 July 2009 rr 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. 111110 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment retainage shall be done in accordance with Section 1-09.9(1) "Retainage " and Sectionl-09.9(3) Igo "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. a 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. ,r, 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing 411111 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. 111111 The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The °11 wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the Olt requirements of RCW 39.16. 20. Pollution Control Requirements tot Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 10 July 2009 comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions and other sections of these contract documents. These standard specifications are hereby made a 1111 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 "2008 Standard Specifications for Road,Bridge and Municipal Construction"and "Division 1 APWA Supplement"hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT,"or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09,Measurement and 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 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 U It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility ,,,, of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. U Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? .r ❑ 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? VIM U Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? 11111 City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 11 July 2009 401 MIN Sta RIB THIS PAGE INTENTIONALLY LEFT BLANK dill 1011 AO lit MIK tia City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 12 July 2009 dir Cit&-oy-r;17 CITY OF RENTON CALL FOR BIDS South 3rd Street and Shattuck Avenue S Intersection Safety Improvements Project Sealed bids will be received until 2:30 p.m. Wednesday, August 12, 2009, at the City Clerk's .. office, 7th floor, and will be opened and publicly read in conference room 521 on the 5'h floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the South 3rd Street and Shattuck Avenue S. Intersection Safety Improvements Project. The work to be performed within 65 working days from the date of commencement under this contract shall include,but not be limited to: Construction of a traffic signal and associated roadway improvements. 41111 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available Thursday,July 23,2009. Plans, specifications,addenda,and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc.,at http://www.bxwa.com. Click on"Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note:Bidders are encouraged to"Register as a Bidder,"in order to receive automatic email notification of future addenda and to be placed on the"Bidders List.") Questions about the project shall be addressed to James Wilhoit, City of Renton,Public Works Department(Transportation Systems), 1055 Grady Way,Fifth Floor,Renton,WA, 98057,phone (425)430-7319, fax(425)430-7376.) 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 apply. 46144c:4 Oatt, , Bonnie I.Walton, City Clerk Published: - Daily Journal of Commerce July 23, 2009 Daily Journal of Commerce July 29,2009 Daily Journal of Commerce August 5,2009 FMB Ali 11111 City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 13 July 2009 1. BIDDER'S CHECKLIST IMP 1. PROJECT PROPOSAL COVER SHEET 2. BIDDER'S CHECKLIST 3. PROPOSAL FORM 4. SCHEDULE OF PRICES Ns5. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 6. BID BOND FORM WI 7. CERTIFICATION FOR FEDERAL-AID CONTRACTS 8. CERTIFICATION OF EEO REPORT ,rr 9. NON-COLLUSION AND DEBARMENT AFFIDAVIT 10. ASSIGNMENT OF ANTITRUST CLAIMS 11. MINIMUM WAGE AFFIDAVIT FORM r 12. DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION 13. SUBCONTRACTOR LIST FORM Above documents 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 „r duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. .r. r. MO O City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 14 July 2009 �rw CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION Al~I DAVIT 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 .r exception. AND MINIMUM WAGE AFFIDAVIT FORM +rr I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work;not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. +• FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AI~MDAVIT S . 3'� s-I . + Slryt-ii C Aqe S‘ I r lei Se c h lry rAoirerrocris Name of Project 6in-et41 CO 1,,S- ;C -► , F t-\� . me of Bidder's Fi r�r I411, ' ! V ` 6r-{,/!--1)4 7 Signature Authorized Representative of Bidder Subscribed and sworn to before me on thi Z- day of (I-�� �,200f. rrr IMONotary Public in and for the State of Washington Wary Mile StaiOffeWOMOon C\1\ 0 MORAL MOM Notary(Print) v �_c r �— 1\A —, M Oppointrtwint Solaw,dul it i010 My appointment expires: 0:1+ t {?_t 2-0t o err MOO City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 15 July 2009 f ge 15 Combined Affidavit and Certificate Form-Non-Collusion Affidavit, Anti-Trust, and Minimum Wage f' 'ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale au BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. ON Signature ea Know All Men by These Presents: vrr That we, EnD General Construction, Inc. , as Principal, and First National Insurance Company of America as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of five percent (5%) of the total amount bid Dollars, for the payment of which the °1r Principal and the Surety bind themselves,their heirs,executors,administrators, successors and assigns,jointly and severally,by these presents. • *South 3rd Street and Shattuck Avenue S. Intersection Safety Improvement Project, Project #CAG-09-139 .r The condition of this obligation is such that if the Obligee shall make any award to the Principal for * according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said au 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 us and liquidated damages,the amount of this bond. ua SIGNED, SEALED AND DATED THIS 12th DAY OF August ;� 200 9 . E r C�neral Cons ructi6n, c.JC�CXl /utls' k ar, sri jal First National Insurance Company of America (Surety Jim S. Kuich, Attorney—in—fact ..r Received return of deposit in the sum of$ ON +rr IMO ON OW City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 16 July 2009 -ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale r 41111 / First National Insurance Company of America .r + L er T POWER 1001 4th Avenue r t Mutual.. OF ATTORNEY Suite 1700 Seattle,WA 98154 KNOW ALL BY THESE PRESENTS: No. 7351 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint rirr ************STEVEN K.BUSH;BRANDON K.BUSH;M.J.COTTON;JIM W.DOYLE;CHAD M.EPPLE;JULIE M. GLOVER;DARLENE JAKIELSKI;JIM S.KUICH;THERESA A.LAMB;MICHAEL A.MURPHY;NANCY J.OSBORNE; ANDY D.PRILL;S.M.SCOTT;STEVE WAGNER;Bothell,Washington*************************************** an its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST too NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 21st day of March 2009 es PIA 42 7 i E i Yl c� Dexter R.Legg,Secretary Timothy A.Mikolajewski,Vice President CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint +r individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. wr "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." IMP I, Dexter R.Legg ,Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation err this day of %1 S , 2004--/ SVRANCf CO o 1r yr IMO - SEAL oz xt1928 ,�: ' rid/ rof 01. a, Dexter R.Legg,Secretary S-1049/DF 3/09 • ► WEB PDF 11110 aiw CITY OF RENTON PROJECT NUMBER CAG 09-139 South 3rd Street and Shattuck Avenue S Intersection Safety Improvements Project PROPOSAL TO THE CITY OF RENTON RENTON,WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced in this improvement,or as much thereof as can be completed with the money available,in accordance with the said plans,specifications and contract and the following schedule of rates and prices: [Note:Unit prices for all items,all extensions,and total amount of bid should be shown. See attached CITY OF RENTON PUBLIC WORKS DEPARTMENT(Schedule of ew Prices)pages 1-3 for specific instructions on filling out form.] Printed Name: `4 atpc C'E'. Set,Y1 a£}c S OMSignature: ) Address: ' g‘04; g‘05L at( Looe VAG); N wl j•(,t/ r Names of Members of Partnership: NMI rr OR rr Name of President of Corporation ( k'_ (\ . < �1 ' Name of Secretary of Corporation (ixArtre j ckr, `�CS Corporation Organized under the laws of kA3al t With Main Office in State of Washington at �i 0 Rt(1-1-r‘ ri -r Mot A vaVetti arr City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 17 July 2009 I ge 17 Proposal fobvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 8/12/2009 Imo CITY OF RENTON PUBLIC WORKS DEPARTMENT (Schedule of Prices) .. South 3rd Street and Shattuck Avenue South Intersection Safety Improvements (Note:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only in electronic bid form to be provided on-line through Builders Exchange of Washington,Inc.at http://www.bxwa.com. Download printed copy of completed form and submit with bid. Submission of form in bid package completed with numerical figures only for unit prices earl for all items,all extensions,and total amount of bid,is acceptable in lieu of downloaded electronic form,but numerical figures must be typed,not hand-written.) ITEM APPROX. UNIT PRICE AMOUNT NO. QUANTITY ITEM Dollars.Cents Dollars.Cents - SECTION 1 1 EST Minor change FA $ 3,000.00 $ 3,000.00 Mw per Force Account figures 2 1 Contractor Supplied Surveying LS ' $ 6,490.00 $ 6,490.00 per Lump Sum figures — 3 EST Temporary Water Pollution/Erosion Control FA $ 2,000.00 $ 2,000.00 per Force Account figures ors 4 1 Spill Prevention, Control and Countermeasures Plan LS \� \���������� \������ ���� 1$ 554.40 $ 554.40 per Lump Sum figures INV 5 EST Utility Potholing FA X $ 4,000.00 $ 4,000.00 per Force Account figures - 6 EST Resolution of Utility Conflicts FA \ \\�������������������������������\\����������������\ $ 10,000.00 $ 10,000.00 Force Account figures 7 1 Mobilization/Demobilization,Site Preparation 11e` and Clean-up LS ������������������������������������������������������������ �X $ 24,327.22 $ 24,327.22 per Lump Sum r figures ow 8 1 Traffic Control LS \ E$ 14,914.81 $ 14,914.81 per Lump Sum I figures 1 ,1. SECTION 2 9 1 Removal of Structure and Obstructions LS ���������������������������� �\ I $ 3,403.13 I $ 3,403.13 per Lump Sumfigures Os 10 610 Saw Cutting \ LF ,����������������������������������������������������������������������������������������������X $ 15.08 $ 9,198.80 per Linear Foot figures wr 11 325 Remove Cement Conc.Sidewalk SY X I $ 8.40 I $ 2,730.00 per Square Yard r figures 12 325 Remove Cement Conc. Curb and Gutter ao LF $ 4.09 $ 1,329.25 per Linear Foot figures 13 360 Remove Asphalt Concrete Pavement err SY A\ % \ \\‘‘ %�%�����V I $ 30.39 I $ 10,940.40 per Square Yard r figures 14 100 Roadway Excavation Including Haul I}— ow CY \ \ $ 29.96 $ 2,996.00 per Cubic Yard 1....$ figures 1 rilr C:\Users\END\Documents\BID WORKSHEETS\3rd shattklocked Schedule of Prices 1 of 3 ori 8/12/2009 err CITY OF RENTON PUBLIC WORKS DEPARTMENT (Schedule of Prices) e• South 3rd Street and Shattuck Avenue South Intersection Safety Improvements (Note:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only in electronic bid form to be provided on-line through Builders Exchange of Washington,Inc.at http://www.brwa.com. Download printed copy of completed form and submit with bid. Submission of form in bid package completed with numerical figures only for unit prices WV for all items,all extensions,and total amount of bid,is acceptable in lieu of downloaded electronic form,but numerical figures must be typed,not hand-written.) ITEM APPROX..1 UNIT PRICE AMOUNT NO. QUANTITYI ITEM Dollars.Cents Dollars.Cents ea 15 SECTION 4 100 Crushed Surfacing Top Course Ton X 1$ 24.29 $ 2,429.00 eaper Ton figures 16 30 Asphalt Treated Base Ton X r$ 153.401 $ 4,602.00 per Ton figures es 17 SECTION 5 20 HMA Cl. 1/2 PG 64-22 L Ton \����������������������������������������������������������������������������� Ir$ 203.93 $ 4,078.60 VW per Ton r figures 1 18 SECTION 7 236 Storm Sewer Pipe 12 In. Diam LF ������������������������������������������������ � ��� X I $ 54.71 I $ 12,911.56 owper Linear Foot figures 19 112 Ductile Iron Storm Sewer Pipe Class 52- LF ����������������������������������������������������� $ 113.86 $ 12,752.32 ✓ per Linear Foot figures 20 7 Catch Basin Type 1 �r Each ���������������������������������������������������������������������������������\ $ 1,401.11 $ 9,807.77 I per Each figures 21 4 Catch Basin Type 2,48 In. Diam. EachX 1$ 3,051.08 $ 12,204.32 ier' per Each figures 22 1 Connection to Drainage Structure Each X $ 593.36 $ 593.36 VW per Each figures 4 Adjust Catch Basin _1 23 Each \ X I $ 290.32 1 $ 1,161.28 per Each figures am 24 2 Adjust Existing Utility to Grade Each ��������������������������������������������������������������� � � X $ 290.32 $ 580.64 I per Each figures 2 Hydrant Assembly ...1 we 25 Each X X I $ 3,898.52 I $ 7,797.04 per Each figures me26 2 Water Meter Box Each �������� X i_$ 593.684 $ 1,187.36 I per Each r figures eke VW VW C:\Users\END\Documents\BID WORKSHEETS\3rd shattklocked Schedule of Prices 2 of 3 err 8/12/2009 .et CITY OF RENTON PUBLIC WORKS DEPARTMENT (Schedule of Prices) Nu South 3rd Street and Shattuck Avenue South Intersection Safety Improvements (Note:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only in electronic bid form to be provided on-line through Builders Exchange of Washington,Inc.at http://www.bxwa.com. Download printed copy of completed form and submit with bid. Submission of form in bid package completed with numerical figures only for unit prices NO for all items,all extensions,and total amount of bid,is acceptable in lieu of downloaded electronic form,but numerical figures must be typed,not hand-written.) ITEM APPROX. UNIT PRICE AMOUNT NO. QUANTITY ITEM Dollars.Cents Dollars.Cents es 27 SECTION 8 370 Cement Conc.Traffic Curb and Gutter LF \ \ � r$ 15.30 $ 5,661.00 �r 28 per Linear Foot figures 25 Cement Conc. Driveway Entrance Type 4 SY \%%\ X %V \ \X\ X V $ 26.40 $ 660.00 per Square Yard figures e' 29 360 Cement Conc. Sidewalk SY A\ \%�\ X\%\%\��� r$ 20.84 $ 7,502.40 per Square Yard figures rie Sidewalk Ramp Type 1B, Cement Concrete 30 8 ����������������\���������������������������\����������������������� EA � $ 550.00 $ 4,400.00I per Each figures 31 1 Traffic Signal System Complete 141-$44, j ow LS �������\���������������������������������������������������������������������� r$ 8- $ 44't'944(30 11401 (0 0,4 0 per Lump Sum figures Plastic Stop Line » 32 60 % % ‘ 1 0 4.40 $ 264.00 per Linear Footr figures 33 240 Plastic Crosswalk Line SF ��������������\����������������������������������������������������������� $ 3.30 $ 792.00 r per Square Foot figures 34 250 Remove Plastic Crosswalk Line SF \ \\ A \���� 0 1.83 $ 457.50 so per Square Foot figures Total Schedule $ '1'6 elle an op mi, iii C:\Users\END\Documents\BID WORKSHEETS\3rd shattklocked Schedule of Prices 3 of 3 or ■ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: r NO. DATE 8/IA 1041 NO. DATE 81 f l oci arr NO. DATE rrr NO. DATE NO. DATE w ere SIGNED id ,A-' )// 62y ion TITLE If_ 1 / ?re S NAME OF COMPANY E r'6i f me I.co t Cla S , / (r't€. ADDRESS r` i3O.5 eS5 9.1(40-7h CITY/STATE/ZIP Mete. 'J0,,ty. (AAA 41 8038 TELEPHONE C(). 6". 53103 wr+ CITY OF RENTON STATE CON ACTORS BUSINESS LICENSE# 6 L L.613103S LICENSE# &)0(---1 E E1 i,ct IMO MIN +rr Or City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 23 July 2009 ae 23 Acknowledgment of Receipt of Addenda Fvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale +rr ur EiE 0111 `le THIS PAGE INTENTIONALLY LEFT BLANK yrs se 111110 City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 24 July 2009 err SUBCONTRACTOR LIST PROJECT NUMBER CAG 09-139 South 3rd Street and Shattuck Avenue S Intersection Safety Improvements Project RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds ten percent(10%)of the contract price, and whose work involves either heating, air conditioning,ventilation, plumbing, or electrical. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and,therefore,void. Complete one of the following for contracts that exceed$1,000,000: A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the contract price. Name: Title: it Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item(s) Subcontractor Name Address r Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name wit Address Phone No. State Contractor's License No. .r. Bid Item (s) Subcontractor Name via Address Phone No. State Contractor's License No. Bid Item (s) ..F Subcontractor Name Address Phone No. State Contractor's License No. rw City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 25 July 2009 GNP Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Signature of Authorized Representative of Bidder Subscribed and sworn to be before me on this day of , 200_ err Notary Public in and for - the State of Washington Notary(Print) Residing at My appointment expires: NIN rr NW City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 26 July 2009 r. Bond No. 6651188 BOND TO THE CITY OF RENTON mm KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned EnD General Construction, Inc. Wei " as principal, and First National Insurance Company of America corporation organized and existing under the laws of the State of Washington as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and mm severally held and firmly bound to the City of Renton in the penal sum of$ 325,826.56 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. Alel This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. .. Dated at Renton , Washington,this .20'4' day of ..),Ari. , 200 9. Nevertheless,the conditions of the above obligation are such that: mm WHEREAS, under and pursuant to Public Works Construction Contract CAG 09-139 providing for construction a of South 3rd Street and Shattuck Avenue S. Intersection Safety Improvement Project, Project No. CAG-09-139 (project name) the principal is required to furnish a bond for the faithful performance of the contract; and am 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; i 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 MI 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 ima indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance specified the contract or from defects appearing developing in the material or workmanship provided or as in ..,.. contract .... . ..- ---- -rr--- a or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then mm and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Eno General Construction, Inc. First National Insurance Company of America "" Principal Surety 0i--\:._ yfart(to if, , 1 , ) \ , . Signature Signat ire Julie M. Glover iv Attorney—in—Fact es Title Title MI City of Renton-South 3rd St and Shattuck Ave S iiii Intersection Safety Improvement Project Page 27 July 2009 444.4 r1 ,ati f First National Insurance Company of America Lr � , POWER 1001 4th Avenue �r ' Mutual,l OF ATTORNEY Suite 1700 Seattle,WA 98154 KNOW ALL BY THESE PRESENTS: No. 7351 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint ************STEVEN K.BUSH;BRANDON K.BUSH;M.J.COTTON;JIM W.DOYLE;CHAD M.EPPLE;JULIE M. GLOVER;DARLENE JAKIELSKI;JIM S.KUICH;THERESA A.LAMB;MICHAEL A.MURPHY;NANCY J.OSBORNE; ANDY D.PRILL;S.M.SCOTT;STEVE WAGNER;Bothell,Wash ington*************************************** rr its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents mei this 21st day of March , 2009 . ` .P4-115r 7 Dexter R.Legg,Secretary Timothy A.Mikolajewski,Vice President r11 CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; mi provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. rr "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, inr the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, Dexter R.Legg ,Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation �n p this .30 .:C1 day of , O20%/ souk CE co eill ACP. e P1404 P(.11 SEAL e 1, 1928 +r � •, Dexter R.Legg,Secretary Aim PwAsS S-1049/DF 3/09 4 WEB PDF ea rr ..r +r. VW THIS PAGE INTENTIONALLY LEFT BLANK IOW OW 10111 ilia 111111 City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 28 July 2009 CITY OF RENTON • FAIR PRACTICES POLICY • t AFFIDAVIT OF COMPLIANCE hereby confirms and declares that (Name of contractor/subcontractor/consultant) ar. I. It is the policy of to offer equal (Name of contractor/subcontractor/consultant) wa 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. complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. II. When applicable, will seek out and (Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. rr rr Print Agent/Representative's Name Print Agent/Representative's Title Agent/Representative's Signature Date Signed Aft Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. 11111 Oa City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 29 July 2009 it US Wr .r 40.1111 rr THIS PAGE INTENTIONALLY LEFT BLANK 01111111 ilk Mil AIN City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 30 July 2009 r Mid CONTRACTS OTHER THAN FEDERAL-AID FHWA Nit THIS AGREEMENT, made and entered into this jdday of 4 • , 200 9 . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Was ington, hereinafter referred to as "CITY" and s'� ! t"it", , i. y t C A s � o L 1,hereinafter referred to as "CONTRACTOR." i�. WITNES SETH: 1) The Contractor shall within the time stipulated, (to-wit: within 65 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part)perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as Project No. CAG 09-139) for improvement by construction and installation of: Traffic signal and associated roadway improvements at South 3rd Street and Shattuck Avenue S. �.r 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 lilt Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this agreement, consists 'y', 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. 11111 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 tit rr City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 31 July 2009 MIS 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said NS work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written •� notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned OI` 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. r 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. or 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 OIL performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. ,,. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid,certified or registered mail. rr OW City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 32 July 2009 rr 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 65 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the +� Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation ,., provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, r• 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 rr State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to .► conducting work in City right-of-way. 12) The total amount of this contract is the sum of 5 )1 AL. • -) numbers M- $\��� 1,r .A t t I, ; ti, .� , . ` ��.ere t,�,r,�ti•.. , ��< >�dn � ' }Yy"� �t�4iz� d - . ••� which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special ,,a Provisions"of this Contract. City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 33 July 2009 as 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. WOO r CONTRACTOR CITY OF RE TON f 4�, ,,,r President/Pa er/Owner Mayor Denis Law ATTEST I. Secretary Bonnie I. Walton City Clerk dba MIR Firm Name check one _ \ ❑ Individual ❑ Partnership Corporation Incorporated in .',,; 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. pos r VIP City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 34 July 2009 mei seS N'S.CV MN Insurance Requirements For City of Renton The City of Renton requires the industry standard: • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate • $1,000,000 Auto Liability (Needed if a vehicle will he used in perfOrmance of work. This would include delivery of products to worksite) • $1,000,000 Excess Liability (if required in contract; can he in tandem with CGL) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability (if required in contract) Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy a• • Due to a statement found at the upper right of the ACORD form, please provide the endorsement page(s) from the poliev(ies), evidencing Primary & Non- contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 45 days written notice to the certificate holder to the left." - per RCW 48.18.290. • Put descriptive text of the project in the "Description of Operations" box • The certificate holder should read: dal City of Renton ATTN: {enter your City contact's name here} 1055 South Grady Way Renton, WA. 98057 • For expeditious review and approval, please forward the Certificate of Insurance a. and pertinent endorsement page(s) to: City of Renton ATTN: Pauli Sulky -11R&RM 1055 South Grady Way Renton, WA. 98057 d• Direct any questions, comments or concerns to: Pauli Sulky - 425.430.7661/desk 425.430.7650/main 425.430.7665/ fax mittikvgrentpnyv4.2ov •• City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 35 July 2009 alp WO +�r OW Ole THIS PAGE INTENTIONALLY LEFT BLANK 41110 Mit 11111 ION City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 36 July 2009 +rr ACORD, CERTIFICATE OF LIABILITY INSURANCE OP ID ME DATE(MM/DD/YYYY) ENDGE-1 08/31/09 1 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Hub International Northwest HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P. 0. Box 3018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bothell WA 98041-3018 Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Ohio Casualty insurance Co. al INSURER B: EnD General Construction, Inc. INSURER C: Erik & Darcee Sanders 28605 SE 216th Lane INSURER D: Maple Valley WA 98038 do 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 IIIIII POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1NSK AUL)L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 UAMA(at ES(IU al A X COMMERCIAL GENERAL LIABILITY BKW53464450 06/21/09 06/21/10 PREMISEaKtNoccurItUence) $ 100000 CLAIMS MADE X OCCUR MED EXP(Any one person) $ 10000 PERSONAL&ADV INJURY $ 1000000 _ X Per Proj/Per Loc GENERAL AGGREGATE $2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2000000 POLICY X PE� LOC Emp Ben. 1000000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT al A X ANY AUTO BAW53464450 06/21/09 06/21/10 (Ea accident) $ 1000000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ di X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Per accident) Ali GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ 1.11 EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 1000000 A X OCCUR 1 I CLAIMSMADE US053464450 06/21/09 06/21/10 AGGREGATE $ 1000000 $ DEDUCTIBLE $ Ili X RETENTION $10000 $ WCWORKERS COMPENSATION AND OR STATUS OTH- TORY LIMITS X ER EMPLOYERS'LIABILITY A BKW53464450 06/21/09 06/21/10 E.L.EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE MI OFFICER/MEMBER EXCLUDED? WA STOP GAP E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER AR DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT: CITY OF RENTON, ITS rr OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS. COVERAGE IS PRIMARY & NON-CONTRIBUTORY. WAIVER OF SUBROGATION APPLIES. SEE ATTACHED ENDORSEMENTS. RE: S. 3RD ST. & SHATTUCK AVE. S. INTERSECTION SAFETY IMPROVEMENT PROJECT - CAG-09-139 CERTIFICATE HOLDER CANCELLATION CIRENTO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN Al NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL CITY OF RENTON IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 1055 S. GRADY WAY RENTON WA 98057 REPRESENTATIVES. de AUTHORIZED REPRESENTAF/ /0 ACORD 25(2001/08) ©ACORD CORPORATION 1988 as nc m' ° Y e z .12i 85-8 5 a. -P- --,7, 3 ¢ uc . muo 1a c dti ° N rg. 3 `� ca ay JC qdN ° J7 V C NEEdq i - - o c ; ° m 111 °4-0- E A Ua t aNp NC >- yC Ao' _ cr > cr 3 ° . CJ C Cm b , Vm 0 ^ `T7 Cy7C m , Em p= t d }N ANS U m = N L ° 2';,,- s, O C G �i 0.9 C .m m u m . n N ° .` = c 2.m2 - • °u3m vvc = E p q 66 L . fC N N •' azt " n E 5 5 mis 4T ? r ..J ' n °- vm.N muo room 8 .9 a - 2 `c nFt a ? m _ Em =YEasm o 'p mp .. � . ,_ ` ° n ° o 5..u ° o ` mL n u 37? 3 c n -1 _ mn c 80 cc E a 6n ; 3 n c.. mc o ` zzow ; G° Era- 3C ` "! • d m- m Ecm m - on c o d o < t ❑ C n unty 5ca -' v..Ma m C- G1 a _ • EC c C - C , m _-- _ ❑ N> . .- L y m • 82 C -2' cNL ❑ FCNt ~ u 6. Lm 2 C 'y O G . o = ' C U 21, - .0 m a D, rw m, s ° ,m cP ` m b ° w° c pc - c. tr oo >. c ° c ovN onu 937 v °- s. �SJf N v c oi n , -m 2i m " m2. d O ` NC 3 °>• ._ a 0 _ C 7 c Cu 38 p mm '.1 Vo3q cman m o nas ° ° 2 c ° .E lin: Iiii a' 27,g2 J c a , o n. a cm A a mK.E c -S = . n - -C Z' '2 :4t2. •C T. b a m ❑ d T i 4 C L G j >.c. L ° m c a 'A e 00 u• m c o "D m r l c p o p = o= . .€ .0 N p 7 E = E m -C. k z c -'m A 2 a c , .m m ci ty W :.2f11: O 2 ii 2 N Q_m .0-2- n , - -,. 61 0 m m n a ° 6 R * 5. m h x s .. T ° O W L ° C o o "7, 0.- C °I 61m-12 Jo 2 n y 4 ° m ° m f L C 6 E C m. : a-grn ; °01 °0 E > p uV Zen" ar pa ` 3 10 . uc 2. 3f-75? mvracy o . > o 2 a n N= _ _ c ° E oE c ~ m c ° 13- p.. r ° E Er n . C. v J n '62:,;2 C5 OM C4 S ° gw C o - N n. . _ m_ a ` m ° U v Vg C , K; y ] R q . U s- n .j ECs m C p. xt - 200 ° m_V m0 c.u G C H r '. ,c m C N 05 1- 3vm._ 1- c Jc C - -N? 0 we 5 m 3 5 1- d m d E. U tli!J I II IIN ` Ili'�q�1ll��i 111,1111llll ....... .w.. i.. xs Y 4 ma no ilm k.0 wl , m b COG A ar -,r q N Cl Y V 0 1R to .O w n COm Gl K1 ° :a al w 0- ..:0 ES Li Ali z r q W C ¢ N } N w a E zli u m z la dig tW y ° w cc p a X 2 f°-- w }}- fn -' Or , C w ,o - d J J U ; 5 < ¢ Fx- U Ca a O 0 J a ` a F .-W 3p w ° -v o a _ ii d a ?u 0 .° 0. O Aill CCN Co n W Q q N , O 00 0 0 } 2 W w v l^ w . O G - O a t- W ° O a C y ut 21- LI G w K �r z 2 a U 3 u] -LO z 2 O Q y z O Y- ° I. C >- O G m 2 0 tj w ❑ '4 ¢ v' y J 0.1 cc m ." 7 w ` < - d ❑ O T w m C a E J 5 o Y ? a a o c a = a o ? 0 C 7 w u > a d o .z 4 o w R w ... AI = E z a . W n F , w4 ff b w llicr- ZW Lt.. ' J K , G d ,4 T ii O - 7 W a7 ¢ % F v C 4 7 z < w w >- s C a ❑ o O o u Hi 4 = S R C 2 2 O o_ d Z c.- c W a 5) C C p w w 2 2 >- m w w u u Cl ta11 i[ C w • m f 2 ui Z a s 0 007 0.. W 5 F- ❑ a w o o a 2 as °' _C O I '4 5 0 LU F- U hl m ii ,0 a 4 a > C 2 o a 5 i m m _ z i 0 >.o u - o a, o .. •E „ z ° v cr 0, n W :3- 0 c n o › 01.E-;; E :''- J "t `_ a E 01 c y ao d 2Qo 'o i 3 ° of u u 23_ ° "5- ›- .1 n )--„,Ta n c 0 m e 2 _c -,92 ,Y6 Y m y, m a - E m Aum .m. - C..S' ., ppa y ° „ ° v .{ E H - ma a Y •« e C u 0 ma N_ m ' ` ., E = _ al ., - c ° m m o G ° 4 0 0 4 6 c_ a`: I� a g3.2 ' Em - a d E -.. 0 yr c,j m '' J m, 0 U a m _ ° _. IN L N L O J C C oct .r C d U C u _ m m 2 - o mtE 'nU cou E v m •Nu rom `ov ;E yCc n'vv a h a o e;� ?o ou -a m c Via; o n m o rn ❑ O L - EE a C L A E - 7 = ❑ a°T ° p o o c.° a s E" .• G o -III O�, ] n b- co • 0 C ❑ N II o° a o - ,• - .. D ._= a v 2-.., m..w m m .0 m. ac .om° 0. _ • L A L mI°, U r oD E a GN : d } *11 it ]un , iu ...° uCR j 5o_ = n° d PL i E G •aCa-° utH ° " mc v a . a ° 5 ] • o amo E o . ° ` uLN0.. Va p t - a .' `m Cn ; . .. e ' 5'8 Ef 'h —211 a m tm E n. Ta. , uo - . ?Tc ° aE A. a. ° w ° map ',..-''.4-',1 c °J m-,`0' 2 m o w Y u TjC ] cn` j ❑ E V jV l° -E i r- -D F c 105 ° `] G -. c m•G- N r.v] N w G0 a ❑.G' n T r a a'.?- o m N Li- 3a mF w L8-E-..2 v C v mvnD° E- = .map .MI �� � m ° L - m Gomm CD b = _ a mw°_ C a C ° _• c o a m d >T. -3vT o a 0m cbE ❑ . .% E w _ c o O u a a n }cc q Ng N � ° mu ° 9 ° > Ou A L > U N2Oc . aD a In a w a H m 1EN - T ° U }}7p m .7nnCaC °=D IIOOQ j cfnL a yo .- }mN N oN m •` ,11 O 3 q i• • c C L u- a. O 3aH o o- -- . £ a - c .T4'2. V0`jT m � ; : .aNOi° °m °"c E go m ' . •a; omyJ ' r. a= o 4 ' n " a - W D a 3-11 % ao '°wmo aaa a mEo a ° < i-2 "Ili -C. ° Nn D I- 22 Dy ' O yo° a R o o _a cm2 o mEE 1 � D o m titli aA°i ' °c a m°7 Ivi' E a. ` m ` c a ' ca »L` ° EsI- 0a u . o. ia. aox« mco _ 50 N_=� c mm am . 4- _ _ = coo n zc - n ° ° mn - g ,a.c m.. aI3. • W3 ,] 7 ° m ] T . LNj y 2_ P . . 0Jab maaco . .,m ao N „ -ror amD an. 30 ` a wmE D •ee r t= ° aDO£ 3 v ° 'ea ` F °- "$UA Om >•,..".- ° 3„ 9 U ;.: 1-;.: 1-e9; G E. }NTm� C_. .. 0Cc . . III yT° N C ❑ ] oD OLV ;at . L u w Eact ° a U Qm 11 oF, oo . Q Q a � ` o ` ?3c. 2 c* >_ d a E a . r vyi 6. n m0a7 0. D cCi -= ” i ; ' C4 G 04 ` 'a❑ a wG i a m - •a w yF a na A7 - 1 ' - i ' ° j 7 Z �= o °L h ° a m D = oin a x � i E2uE4Dou cx D : J0 riri Z mmn LL : a w rar7 va . ouEL¢ 3= . Q d ai Li r- - W m 4110 a m ai U J I1 i91BLIIIC I1I11E193111 I I�VI MI Ai • c a Y y 'e o o a ."-' 0o a a c • 9 } } Y f T C a "2 7, a E m 7,- -„,L.- ° -173 ° T u G N c a m {` c - ° n n D YO u m o iis .9 o a G E c 4 to m a° >-C o T > m E D o w oS e. c Z D } a m ❑ se c ° d a : ,_ N ° m '° Ti, .. o a a.E H a O c ma m a 6 ... 0 a of uN »a E - E en 3 m o w E ECO N go ° 05 . n - 3 > 'm m t at a "I ° c ° �' c a m $ m 3 5 c o'a o ❑ _ ° m a E a m j 2-F, U - .- H Z - [ C-d q �.. .tom. o y . ' 9 I- n y.c m Z. C c a 3 E 3 °° `a..› c'`o 2 10 U . . a f m « . c e .a H _ o c ° c Flill D c �.o` o. .. i V o a cY -.F a> v a w u -. L q ° ° a - o- q u .Q O m e Z - o ea 0o m m utw c r a s - m c ° -F- y▪ a v q a c -13 O 0 o 04 ❑` E. 0m b ` e.' a i] O GImq £ a R m 4 m NwG ` C m a. : m n C c9 1.? u L C G'' =.0a C L N • c a - _ L W ° a L 0 .- w w '' o> ° a o •• w - ' . 3 c Cdo =yoa ° 03 P. td Z.3] m m O TW 2' ; - c m ° . c v ‘,3, ','2 c ,,,-- ° i nc ,..,;2 • .i 9-76 ¢ v tgo z ,3 a 6 a ].cc c ° o 3 tma t._ toc--0 ° 'L' a c U - ' ' ar•t", ccro ' mz " .. 0 _ g "rm ›.oF m _ � A LI w C m a D o- c c a.0 :.1. D = n.- 0 a s U ',..1. `v a . u o e-': . D - h f T N a m•p G Co L` q ° to c.6 a.. a) A h Q ..TS `4 q C" 'e Q Q 2.D £ U a _ S 0. - O F W Da C F- `' C O Ai 2 =y' ° S c 3 a �. .E a -, a y m m y A• o_y o i• ,c La m' ° c 4" si fl ,, d L _4 n 62, Orn aa ` A n an 1 � n2 4 ` c 'a'A d a ` U W ❑ Vo ` -WN ra n $ cc m a a L^ tv a l7 =.D io V7 J 4 _ _ " K r a vro L ✓ m N C a m c O. c r. a c m i v"T'v ' £ 3 3 0 3 N E E i:E C' 2 C ? Y .] T • ?. G Y 2+ a 9 c. m c v O L u a = (' n n N? u7-- '5n..." > C Y 2 tn d v F •2. pU m ., c f l� m ,a -11 n .. 32 n rn w u of m c o v Sr n m` a mv.� .fl n a - X 5 L C Er: U cAi o m Z'� o �- ° c d e°- 3 o � 'n -AN t v vii a c e < ' - ..- 0 C ~ C G 0 0 crl N 11 m .. Y • " A•� cm FH T `mEN 1L0 a iii O t RL — N - + y,, y. 0. p2.9 - r 0 G ill u. C z 'Oo q 2 P Q .. Y ,C • O C ° D n°NG 9tiE E ' n vm o o aa !if,n nb T > a 'r v cOm _N . .t C r. Cm O n a N 0 m yY 1mv ` ,-..,-a vnG Nu NC tiaCw a ° m ._ma w 1.--t,ur '� C roVzo oa£ E c � ac a 00ocmi i O me 7 ro a ac ,, u _ W no 7.0 Ju c w ; ca 0 ° m -m ° n - TE Co' 10 2• E a 22 c E « 0 cv v s E Ef 7 ° O >n9 m 2 an F 0 a v 0 > a q pan w a>z v aN> 2 U c i m a. o ,- c-0 E • r_ vs a . Bn 0 Le w a m - t c E ` o o. O — o c . C c C G ! C0. m6 , 0.0 Z lii ° N E >- C 0. Erte a O P. v We C _ c c O aO . 0 U EG N U ', C cET °O } C b 3 0 =-;' ,3, - m i - = 7 . v ° ° — cc L W N m EiE n 0. 1! E CT v m wui„ r . 0 m a s'3,22,- id - r '9 c ,o v _burn - 'p 2.7. 9ciN O 0.Y -0 Z 9 Y8E N 9 > >'O m OC 3 Y LL a ? V ro C CuC Z ..j N w eYY G C tz U 2 N m c — c > - < o, m c2 -5 Q E 6 o2 C C ` ` 'CI - tiV E dell C o D. La m NoO m . O 7 N NY J i GC c GD ,> , N ' w Hamo mE t° c . v ° m,' - L Q < u Z : . - . o Zc ro O v J Nu !10 ! 1 ! 1 ! I LU li m ol- 3 c o a ~ cDV r RINIITHARAIUMLI M MI >.nm c E Y _ Y ° n m m ecio 4 v ? ohqL C • N.,....•:. u q L C N 0 Nn u0 : L , E u 3 n m c 3 M> CIa N . • S oc - ro y Lu a«� a a '- F c� - y - o MO ` rca3.8 iLYonEm t • m c c g _ n m N m nc - ▪ erc acct Eo rti Oc , ' , m c n n; Em y m 0 0 ° A E O > °ynE Y „ ? CnODO C_ pV a , j .. V 7 u T c 7 as 1 C C % n N_ mY ' LEC Ym oT CW m az . VNY "C +_ C ou — 'cT V 'YO C wd W aC d m nc " 77: - _ry _ ` E0 rC r yC m O . Y 2 '6 15 ,-t .O , t C . 5 Ci o. e L u n _E O+" C J m U O J' ,m =L m ... N ... n , N m• m c 03 Ey O ,Tc e'O i c 2 " a u. C .6 7 7 - N- . 0 N "- . - L ] ., c S n;,vm m . cm a v E £ m `-v n c c is c u °-.-7 .^- . n p m m -',..° o_ cc E --,,A =.. .9, g . s - U e. n `m - .d 32 `, .c „ n`, m o o 4. e N C a _ N CC fa Y O 2 r 6 4' 0 — TC _m -d Q 9- IN IN ° .c v x ' C ni E 0 >. 11 C C a. --4 :C:_ a . '4 ` O,v.nY . „ „ v• E eu .- oo b0pTNn 2. GUU a i V; il 2 t '°-' n a3 n W s - a 6 T C T` « e ? 5 O — S OmE 2 ,1 N E 0Q ? Jmf,y • N auvY C2 a3 .':: : : 71 ,- N J } v > Yum U . " u _. .. ysC vae 2 nzv _ ) oo ° c o y N v28 ` = Yeas c �n .. m e m ' ° .. c robvN ` Cic MS wv a c- a2' N vo va a „9 .1. 0 ,„loo v Y Emvv� '°tc mwoa Du wma D n - eN a cZ c 5 N "om u ; m W eU a pECo ° „ m :- ' aE. ci . . . a . b C m N at7O o u = vs L n 0 ro n c r o n > °y 9 . y 8 C,o C' c 0 ..2u . .= . N . ° 92Eai ` Q ,2 E2 - c .0c ' nm Yh F 7, . m „ > a n _ _N EL MO ,' 7 27,1 "' cc, p a E c ,„.1, 7, u E c .. i no C 2 c} u ro � u 9 Nd s my > < < < < Er > << < < < ?-_,- a 2=4 02 rt o• = a= cl to Z i- c � rJ vi b:vie t- s a r ri ri v vi ,ri _= c o rN V n O WF C w 0 co O N u ES AO al a Vie EIS 4 AI AI 410 a a { a f . \ \ \ / \ _ - : - / \§ OM \ \ \ \ \ \} _ ƒ 711 \\ § = 2 /n Aic. n, § / - x §! u, � : - » ]j - _ _Li 7 : ® rt \( ) \ \e \ . \ \\ } k \ / in \ \ ° K %� . 40 e xi ci - j 4110 Wrr 110 .rr ON 00 THIS PAGE INTENTIONALLY LEFT BLANK 10 la 400 OM 00 IMO 111 410 10 City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 40 July 2009 ION NMIos�Y o City of Renton Human Resources & Risk Management Department 'eP � Insurance Information Form „rr NT FOR: PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coverages/limits specified in ❑ Yes ❑ No ms contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly identified) or CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No r Notice of Cancellation/Non-Renewal n Yes ❑ No amended to 45 days per RCW 48.18.290?* *To be shown on certificate of insurance* rr AM BEST'S RATING FOR CARRIER ++ GL Auto Umb Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does NW 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 declaration pages FROM awarded bidder prior to execution of contract. Agency/Broker Completed By(Type or Print Name) ENIN Address Completed By(Signature) Name of person to contact Telephone Number ao NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE ear City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 41 July 2009 ,.. ENDORSEMENT 1 eas In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract air Number issued by the(OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, MB subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. aar 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) MS the OWNER and(b)the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. r 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. MS Date Authorized Representative Signature MIL air .r Oil City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 42 July 2009 rr CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the (CONTRACTOR) under Contract Number . The (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader lircoverages. Coverages +++� (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion, Collapse and Underground Hazards S"' • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) „N. • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability ms (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles err (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number so (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering .r+ wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. re (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. rr Yrr rr City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 43 July 2009 rrr LIMITS REQUIRED rr The(CONTRACTOR)shall carry the following limits of liability as required below: ■r Commercial General Liability General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate r. $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability tr. Bodily Injury/Property Damage $ 1,000,000 (Each Accident) o.i► Workers'Compensation Coverage A(Workers'Compensation)- Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 wit $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) arr Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 ■r .r� let City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 44 July 2009 rrr ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF as RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further,all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. as 3) Severability of Interest Clause(Cross Liability) 11„e 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. sta The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S) expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new 10s certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for 1010 two(2)years after completion of the project. a• 1011 ,1010 0.11 1011 1010 1011 1010 s City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project Page 45 July 2009 ,,,...,,,, , ,. _ , .. . . . ,;,,,,......L... - . . , - , ' . ,,,... . . ,. , _ , -_ _ .. _ . , . . . . .„, , L ' ' , . , . .... , , . , . , .: . ,, , . , L ' . ' L ,L Amendments to Standard Specifications I - , , __.. . L � - .. . ... , , . , ..,,,,,.. .. , L , , , , . , ..., , . , , ; ' L ' , _ - - .:.- . ., , . , _ . . .„ .. . .,,,. ... . . , L . - -. :- . . ., . . ., .. ...... ....-.. ., .,,,,.... . , - . - . , ,.. . . '. :... , _ ' .-.. -. - , , - . ' ' I, , , , , ,. , ,; , ;_ . _ ... -. , . ,,.,. ,.. , , , , ., ,. , , . . . . ,.. .,. .. , . . , _ . , , , .., ';, .. , ,,, ,, . , . . . .. , , , „ .. . , . , , , . , . City of; ton aBoat 3rd'St and Shattuck Ave S Inter tion Safety Impro'vementProject July 2009 - ' ., :'. •:: ',".„•,,-.:-,-„;''..c,2„i."',::•„,..::::---•:.`•';,-1,-.'"',,,:f.:,•':6_'..i7',;',:',..:-;• •-,,,,,,,':,.,--,.',",•',.2,-,':-:,'!_",..,,,?:',„:',.,,,:f,,,- - -;- ,::__„:„',fr„::-._'''-_:;,::', 0-..-•i:::,k:j.'f,'•-,:- .� t r i . SA F iS _ � i -j i1 y j i '' •. ,-.'„'•.:,--.. .`..„,;':-:'''} x 1 xa : ''''1'1,''''''':,:','''''....l.'::::::-.'1:"1:':--,.1.'.'''.:'::::::'.:;.::'',!'-':',:::::;. iti;-.1,:',:;',...;:t:: ::i;:.:-';':'_.'11,':::?':',''-1..'::::',":.':;E :'!'..;:,;:.',1-7'::::';'1 lk"fl--:::-I.;".:'-.;::':.:::':':-'..-.:''''1:',::::1.1;.'.:.:'1:.-;-..:.':":':1-7-'11 :--,':',`,:11.:- --;';;._:::::-':::.,;:i.::;::";:r.11:,':;:,''::;1 -'1:-.';''''''';''''' ''.'1:1::1::--..:''-',1'!1:.,-''''...';:;'''''''';':,..:''.:.-2-'-;'Li,1:1 --1:'?.;11':::;,.'::;:::::-..'1:,.:''-",:';.11::':":::::(?-1--1:1';.1. :„,:r1„:..,,..' r r fr t, 1-FT'-'::':-r-:',7.',-1;:..'-:':;':-'1''--::::''-'-''::-;^:.:t'''''''''.1r-: - ':-'--',-, '''''''':',''::::::: e1 �1 3 -; "ks ^fi M1 'fi+ �ta4 '-''';.':;:::::,.1:,`• :.,22,•'-','-:4-.,'.'-':-,-.... H i h' 1 ' yy � :,•,,, r3"' ;, 5 'i 2+!9 -,•''..k:••-;-,i12.:•?:';'":,--4''''''''".' y -.."`" 3f -.'-., . 'i ' ::' ,' ' r .3 *, - .; ''. A ''`-' ' � 'y- $t t l '1,1:' t ,:r:-'4:4,,P.1:.!!,,-_:k''':'''',. S s _ . S1►7 1fi''' .t ,-�•k} Jz • 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2008 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. HA 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT 16 April 7, 2008 17 1-03.1 Consideration of Bids 18 This section is supplemented with the following new sub-section. 19 20 1-03.1(1) Tied Bids 21 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then 22 the tie-breaker will be determined by drawing as described in this Section. Two or more 23 slips of paper will be marked as follows: one marked "Winner" and the other(s) marked 24 "unsuccessful". The slips will be folded to make the marking unseen. The slips will be 25 placed inside a box. One authorized representative of each Bidder shall draw a slip 26 from the box. Bidders shall draw in alphabetic order by the name of the firm as 27 registered with the Washington State Department of Licensing. The slips shall be 28 unfolded and the firm with the slip marked "Winner" will be determined to be the 29 successful Bidder and eligible for Award of the Contract. Only those Bidders that 30 submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to 31 draw. 32 33 SECTION 1-04, SCOPE OF THE WORK 34 April 7, 2008 35 1-04.4(1) Minor Changes 36 The first sentence in the first paragraph is revised to read: 37 38 Payments or credits for changes amounting to $15,000 or less may be made under the 39 bid item "Minor Change." 40 41 1-04.5 Procedure and Protest by the Contractor 42 In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 43 calendar days. 44 45 The second sentence in the fifth paragraph is revised to read: 46 47 The determination will be provided within 14-calendar days after receipt of the 48 Contractor's supplemental written statement (including any additional information City of Renton S 3rd St&Shattuck Ave S 1 July 2009 Intersection Safety Improvements Project 1 requested by the Project Engineer to support a continuing protest) described in item 2 2 above. 3 4 SECTION 1-05, CONTROL OF WORK 5 April 7, 2008 6 1-05.1 Authority of the Engineer 7 The fourth paragraph is revised to read: 8 9 At the Contractor's risk, the Project Engineer may suspend all or part of the Work 10 according to Section 1-08.6. 11 12 1-05.12 Final Acceptance 13 The second paragraph is revised to read: 14 15 The Contractor agrees that neither completion nor final acceptance shall relieve the 16 Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency . 17 against any claim or loss resulting from the failure of the Contractor (or the 18 subcontractors or lower tier subcontractors) to pay all laborers, mechanics, 19 subcontractors, materialpersons, or any other person who provides labor, supplies, or 20 provisions for carrying out the Work or for any payments required for unemployment 21 compensation under Title 50 RCW or for industrial insurance and medical aid required 22 under Title 51 RCW. 23 24 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 25 April 6, 2009 26 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land 27 The following new paragraph is inserted in front of the first paragraph: 28 29 State Department of Revenue Rule 170 and its related rules apply for this section. 30 31 1-07.8 High Visibility Apparel 32 This section is revised to read: 33 34 The Contractor shall require all personnel under their control (including service 35 providers, Subcontractors and lower tier Subcontractors) that are on foot in the work 36 zone and are exposed to vehicle traffic or construction equipment to wear the high 37 visibility apparel described in this Section. 38 39 The Contractor shall ensure that a competent person as identified in the MUTCD selects 40 the appropriate high-visibility apparel suitable for the job-site conditions. 41 42 High visibility garments shall always be the outermost garments. 43 44 High visibility garments shall be in a condition compliant with the ANSI 107-2004 and 45 shall be used in accordance with manufacturer recommendations. 46 47 This section is supplemented with the following new sub-sections. 48 City of Renton S 3rd St&Shattuck Ave S 2 July 2009 Intersection Safety Improvements Project 1 1-07.8(1) Traffic Control Personnel 2 All personnel performing the Work described in Section 1-10 (including traffic control 3 supervisors, flaggers, spotters, and others performing traffic control labor of any kind), 4 shall comply with the following: 5 6 1. During daylight hours with clear visibility, workers shall wear a high-visibility 7 ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high 8 visibility headwear requirements of WAC 296-155-305; and 9 10 2. During hours of darkness (1/2-hour before sunset to 1/2-hour after sunrise) or 11 other low visibility conditions (snow, fog, etc.), workers shall wear a high- 12 visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower 13 garment meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high 14 visibility headwear requirements of WAC 296-155-305. 15 16 1-07.8(2) Non-Traffic Control Personnel 17 All personnel, except those performing the Work described in Section 1-10, shall wear 18 high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 19 20 1-07.9(1) General 21 The following new paragraph is inserted to follow the sixth paragraph: 22 23 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that 24 falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 25 296-127-010, complies with all the requirements of RCW 39.12. 26 27 1-07.15 T mporary Water Pollution/Erosion Control 28 This sectio is supplemented with the following: 29 30 Storrr iater or dewatering water that has come in contact with concrete rubble, concrete 31 pour or cement treated soils shall be maintained to pH 8.5 or less before it is allowed 32 to e .er waters of the state. If pH exceeds 8.5, the Contractor shall immediately 33 disc itinue work and initiate treatment according to the plan to lower the pH. Work may 34 res le, with treatment, once the pH of the stormwater is 8.5 or less or it can be 35 de ,onstrated that the runoff will not reach surface waters. 36 37 H pH process water shall not be discharged to waters of the state. Unless specific 38 m ;sures are identified in the Special Provisions, high pH process water may be 39 irr: itrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. 40 Water being infiltrated or dispersed shall have no chance of discharging directly to 41 waters of the state, including wetlands or conveyances that indirectly lead to waters of 42 the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units 43 prior to infiltration to ensure the discharge does not cause a violation of groundwater 44 quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide 45 a copy of permits and requirements for placing the material into a sanitary sewer system 46 prior to beginning the work. Process water may be collected and disposed of by the 47 Contractor off the project site. The Contractor shall provide a copy of the permit for an 48 approved waste site for the disposal of the process water prior to the start of work which 49 generates the process water. 50 51 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 52 This section is revised to read: City of Renton S 3rd St&Shattuck Ave S 3 July 2009 Intersection Safety Improvements Project 1 2 The Contractor shall prepare a project-specific spill prevention, control, and 3 countermeasures plan (SPCC Plan) that will be used for the duration of the project. The 4 Contractor shall submit the plan to the Project Engineer no later than the date of the 5 preconstruction conference. No on-site construction activities may commence until 6 WSDOT accepts an SPCC Plan for the project. 7 8 The term "hazardous materials", as used in this Specification, is defined in Chapter 447 9 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and 10 health requirements that may pertain to SPCC Plan implementation are contained in but 11 not limited to WAC 296-824 and WAC 296-843. 12 13 Implementation Requirements 14 The SPCC Plan shall be updated by the Contractor throughout project construction so 15 that the written plan reflects actual site conditions and practices. The Contractor shall 16 update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan 17 on the project site. All project employees shall be trained in spill prevention and -.- 18 18 containment, and shall know where the SPCC Plan and spill response kits are located 19 and have immediate access to them. 20 21 If hazardous materials are encountered or spilled during construction, the Contractor 22 shall do everything possible to control and contain the material until appropriate 23 measures can be taken. The Contractor shall supply and maintain spill response kits of 24 appropriate size within close proximity to hazardous materials and equipment. 25 26 The Contractor shall implement the spill prevention measures identified in the SPCC 27 Plan before performing any of the following: 28 29 1. Placing materials or equipment in staging or storage areas. 30 2. Refueling, washing, or maintaining equipment. 31 3. Stockpiling contaminated materials. 32 33 SPCC Plan Element Requirements 34 The SPCC Plan shall set forth the following information in the following order: 35 36 1. Responsible Personnel 37 Identify the name(s), title(s), and contact information for the personnel 38 responsible for implementing and updating the plan, including all spill 39 responders. 40 41 2. Spill Reporting 42 List the names and telephone numbers of the federal, State, and local 43 agencies the Contractor shall notify in the event of a spill. 44 45 3, Project and Site Information 46 Describe the following items: 47 48 A. The project Work. 49 50 B. The site location and boundaries. 51 52 C. The drainage pathways from the site. City of Renton S 3rd St& Shattuck Ave S 4 July 2009 Intersection Safety Improvements Project 1 2 D. Nearby waterways and sensitive areas and their distances from the 3 site. 4 5 4. Potential Spill Sources 6 Describe each of the following for all potentially hazardous materials brought 7 or generated on-site (including materials used for equipment operation, 8 refueling, maintenance, or cleaning): 9 10 A. Name of material and its intended use. 11 12 B. Estimated maximum amount on-site at any one time. 13 14 C. Location(s) (including any equipment used below the ordinary high 15 water line) where the material will be staged, used, and stored and 16 the distance(s) from nearby waterways and sensitive areas. 17 18 D. Decontamination location and procedure for equipment that comes 19 into contact with the material. 20 21 E. Disposal procedures. 22 23 5. Pre-Existing Contamination 24 Describe any pre-existing contamination and contaminant sources (such as 25 buried pipes or tanks) in the project area that are described in the Contract 26 documents. Identify equipment and work practices that will be used to prevent 27 the release of contamination. 28 29 6. Spill Prevention and Response Training 30 Describe how and when all personnel (including refueling contractors and 31 Subcontractors) will be trained in spill prevention, containment and response in 32 accordance with the Plan. Describe how and when all spill responders will be 33 trained in accordance with WAC 296-824. 34 35 7. Spill Prevention 36 Describe the following items: 37 38 A. Spill response kit contents and location(s). 39 40 B. Security measures for potential spill sources. 41 42 C. Secondary containment practices and structures for hazardous 43 materials. 44 45 D. Methods used to prevent stormwater from contacting hazardous 46 materials. 47 48 E. Site inspection procedures and frequency. 49 50 F. Equipment and structure maintenance practices. 51 City of Renton S 3rd St& Shattuck Ave S 5 July 2009 Intersection Safety Improvements Project 1 G. Daily inspection and cleanup procedures that ensure all equipment 2 used below the ordinary high water line is free of all external 3 petroleum based products. 4 5 H. Refueling procedures for equipment that cannot be moved from below 6 the ordinary high water line. 7 8 8. Spill Response 9 Outline the response procedures the Contractor will follow for each scenario 10 listed below. Include a description of the actions the Contractor shall take and 11 the specific, on-site, spill response equipment that shall be used to assess the 12 spill, secure the area, contain and eliminate the spill source, and clean up and 13 dispose of spilled and contaminated material. 14 15 A. A spill of each type of hazardous material at each location identified in 16 4, above. 17 18 B. Stormwater that has come into contact with hazardous materials. 19 20 C. A release or spill of any pre-existing contamination and contaminant 21 source described in 5, above. 22 23 D. A release or spill of any unknown pre-existing contamination and 24 contaminant sources (such as buried pipes or tanks) encountered 25 during project Work. 26 27 E. A spill occurring during Work with equipment used below the ordinary 28 high water line. 29 30 If the Contractor will use a Subcontractor for spill response, provide contact 31 information for the Subcontractor under item 1 (above), identify when the 32 Subcontractor will be used, and describe actions the Contractor shall take 33 while waiting for the Subcontractor to respond. 34 35 9. Project Site Map 36 Provide a map showing the following items: 37 38 A. Site location and boundaries. 39 40 B. Site access roads. 41 42 C. Drainage pathways from the site. 43 44 D. Nearby waterways and sensitive areas. 45 46 E. Hazardous materials, equipment, and decontamination areas 47 identified in 4, above. 48 49 F. Pre-existing contamination or contaminant sources described in 5, 50 above. 51 52 G. Spill prevention and response equipment described in 7 and 8, above. City of Renton S 3rd St& Shattuck Ave S 6 July 2009 Intersection Safety Improvements Project 1 2 10. Spill Report Forms 3 Provide a copy of the spill report form(s) that the Contractor will use in the event of 4 a release or spill. 5 6 Payment 7 Payment will be made in accordance with Section 1-04.1 for the following Bid item when 8 it is included in the Proposal: 9 10 "SPCC Plan", lump sum. 11 12 When the written SPCC is accepted by WSDOT, the Contractor shall receive 50-percent 13 of the lump sum Contract price for the plan. 14 15 The remaining 50-percent of the lump sum price will be paid after the materials and 16 equipment called for in the plan are mobilized to the project. 17 18 The lump sum payment for "SPCC Plan" shall be full pay for: 19 20 1. All costs associated with creating the accepted SPCC Plan. 21 22 2. All costs associated with providing and maintaining the on-site spill prevention 23 equipment described in the accepted SPCC Plan. 24 25 3. All costs associated with providing and maintaining the on-site standby spill 26 response equipment and materials described in the accepted SPCC Plan. 27 28 4. All costs associated with implementing the spill prevention measures identified 29 in the accepted SPCC Plan. 30 31 5. All costs associated with updating the SPCC Plan as required by this 32 Specification. 33 34 As to other costs associated with releases or spills, the Contractor may request 35 payment as provided for in the Contract. No payment shall be made if the release or 36 spill was caused by or resulted from the Contractor's operations, negligence, or 37 omissions. 38 39 1-07.16(4) Archaeological and Historical Objects 40 This section is supplemented with the following new sub-section: 41 42 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains 43 If human skeletal remains are encountered by the Contractor, they shall not be further 44 disturbed. The Contractor shall immediately notify the Engineer of any such finds, and 45 shall cease all work adjacent to the discovery, in an area adequate to provide for the 46 total security and protection of the integrity of the skeletal remains. The Engineer may 47 require the Contractor to suspend Work in the vicinity of the discovery until final 48 determinations and removal of the skeletal remains is completed. 49 50 If the Engineer finds that the suspension of Work in the vicinity of the discovery 51 increases or decreases the cost or time required for performance of any part of the 52 Work under this Contract, the Engineer will make an adjustment in payment or the time City of Renton S 3rd St& Shattuck Ave S 7 July 2009 Intersection Safety Improvements Project 1 required for the performance of the Work in accordance with Sections 1-04A and 1- 2 08.8. 3 4 1-07.17(2) Utility Construction, Removal or Relocation by Others 5 The first sentence in the second paragraph is revised to read: 6 7 If the Contract provides notice that utility work (including furnishing, adjusting, 8 relocating, replacing, or constructing utilities) will be performed by others during the 9 prosecution of the Work, the Special Provisions will establish the utility owners 10 anticipated completion. 11 12 The first sentence in the third paragraph is revised to read: 13 14 When others delay the Work through late performance of utility work, the Contractor 15 shall adhere to the requirements of Section 1-04.5. 16 17 1-07.23 Public Convenience and Safety 18 This section is revised to read: 19 20 The Contractor shall be responsible for providing adequate safeguards, safety devices, 21 protective equipment, and any other needed actions to protect the life, health, and 22 safety of the public, and to protect property in connection with the performance of the 23 Work covered by the Contract. The Contractor shall perform any measures or actions 24 the Engineer may deem necessary to protect the public and property. The responsibility 25 and expense to provide this protection shall be the Contractor's except that which is to 26 be furnished by the Contracting Agency as specified in other sections of these 27 Specifications. Nothing contained in this Contract is intended to create any third-party 28 beneficiary rights in favor of the public or any individual utilizing the Highway facilities 29 being constructed or improved under this Contract. 30 31 1-07.23(1) Construction Under Traffic 32 The second sentence in the second paragraph is revised to read: 33 34 The Contractor shall maintain existing roads, streets, sidewalks, and paths within the 35 project limits, keeping them open, and in good, clean, safe condition at all times. 36 37 The fifth sentence in the second paragraph is revised to read: 38 39 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the 40 project limits when affected by the Contractor's operations. 41 42 The final paragraph in this section is deleted. 43 44 1-07.23(2) Construction and Maintenance of Detours 45 Number 1. under the first paragraph is revised to read: 46 47 Detours and detour bridges that will accommodate traffic diverted from the Roadway, 48 bridge, sidewalk or path during construction, 49 City of Renton S 3rd St&Shattuck Ave S 8 July 2009 Intersection Safety Improvements Project 1 SECTION 1-08, PROSECUTION AND PROGRESS 2 August 4, 2008 3 1-08.1 Subcontracting 4 Item (2) in the first sentence of the seventh paragraph is revised to read: 5 6 (2) Delivery of these materials to the Work site in vehicles owned or operated by such 7 plants or by recognized independent or commercial hauling companies hired by 8 those commercial plants. 9 10 1-08.3(2)A Type A Progress Schedule 11 This section is revised to read: 12 13 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 14 days after the date the contract is executed, or some other mutually agreed upon 15 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, 16 or other standard schedule format. Regardless of which format used, the schedule shall 17 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and 18 approve or return the schedule for corrections within 15 calendar days of receiving the 19 submittal. 20 21 1-08.5 Time for Completion 22 The third sentence in the first paragraph is revised to read: 23 24 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the 25 Contract specifically prohibits Work on the critical path of the Contractor's approved 26 progress schedule, or one of these holidays: January 1, the third Monday of January, 27 the third Monday of February, Memorial Day, July 4, Labor Day, November 11, 28 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 29 30 1-08.6 Suspension of Work 31 The first paragraph is revised to read: 40611 32 33 The Engineer may order suspension of all or any part of the Work if: 34 35 1. Unsuitable weather that prevents satisfactory and timely performance of the 36 Work; or 37 38 2. The Contractor does not comply with the Contract: or 39 40 3. It is in the public interest. 41 42 1-08.7 Maintenance During Suspension 43 The first sentence in the fourth paragraph is revised to read: 44 45 If the Engineer determines that the Contractor has pursued the Work diligently before 46 the suspension, then the Contracting Agency will maintain the temporary Roadway (and 47 bear its cost). 48 49 The fifth paragraph is revised to read: 50 City of Renton S 3rd St& Shattuck Ave S 9 July 2009 Intersection Safety Improvements Project 1 The Contractor shall protect and maintain all other Work in areas not used by traffic. All ,: 2 costs associated with protecting and maintaining such Work shall be the responsibility of 3 the Contractor, except those costs associated with implementing the TESC Plan 4 according to Section 8-01. 5 6 The seventh paragraph is revised to read: 7 P� 8 After any suspension, the Contractor shall resume all responsibilities the Contract 9 assigns for the Work. 10 11 SECTION 1-09, MEASUREMENT AND PAYMENT 12 April 7, 2008 13 1-09.9 Payments ff` 14 The first paragraph is supplemented with the following: 15 16 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum 17 price in sufficient detail for the Project Engineer to determine the value of the Work 18 performed on a monthly basis. Lump sum breakdowns shall be provided to the Project 19 Engineer no later than the date of the preconstruction meeting. 20 21 The second sentence in the third paragraph is revised to read: 22 23 Unless otherwise provided in the payment clause of the applicable Specifications, partial 24 payment for lump sum Bid items will be a percentage of the price in the Proposal based 25 on the Project Engineer's determination of the amount of Work performed, with 26 consideration given to but not exclusively based on the Contractors lump sum 27 breakdown. 28 29 The third paragraph is supplemented with the following: 30 31 The determination of payments under the contract will be final in accordance with 32 Section 1-05.1. 33 34 1-09.9(1) Retainage 35 !n the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. 36 37 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 38 April 6, 2009 39 1-101(2) Description 40 The following new paragraph is inserted after the second paragraph: .. 41 42 Unless otherwise permitted by the Contract or approved by the Project Engineer, the 43 Contractor shall keep all existing pedestrian routes and access points (including 44 sidewalks, paths and crosswalks) open and clear at all times. 45 46 The second and third sentences in the third paragraph are revised to read: 47 48 The Contractor shall erect and maintain all construction signs, warning signs, detour 49 signs, and other traffic control devices necessary to warn and protect the public at all City of Renton S 3rd St&Shattuck Ave S 10 July 2009 Intersection Safety Improvements Project 1 times from injury or damage as a result of the Contractor's operations which may occur 2 on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done 3 on or adjacent to any Traveled Way until all necessary signs and traffic control devices 4 are in place. 5 6 1-10.2(1) General 7 The second sentence in the third paragraph is revised to read: 8 9 Possession of a current TCS card and flagging card by the primary and alternate TCS is 10 mandatory. 11 12 1-10.2(2) Traffic Control Plans 13 The first sentence in the first paragraph is revised to read: 14 15 The traffic control plan or plans appearing in the Contract documents show a method of 16 handling vehicle, bicycle and pedestrian traffic. 17 18 In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised 19 to "MUTCD, Part 6". 20 21 1-10.3(2)B Rolling Slowdown 22 The first two paragraphs are deleted and replaced with the following: 23 24 Rolling slowdown traffic control operations are not to be used for routine work that can 25 be addressed by standard lane or shoulder closure traffic control. When a short-term 26 roadway closure is needed for an infrequent, non-repetitive work operation such as a 27 sign bridge removal, or utility wire crossing, the Contractor may implement a rolling 28 slowdown on a multi-lane roadway, as part of an approved traffic control plan. 29 30 The Contractor shall submit for approval a traffic control plan detailing the expected 31 delay time, interchange ramp control and rolling slowdown distance. A portable 32 changeable message sign shall be placed ahead of the starting point of the traffic 33 control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the 34 Work to avoid any expected backup of vehicles. 35 36 A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least 37 one traffic control vehicle will be used for every two lanes to be slowed, plus a control 38 vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The 39 traffic control vehicles shall enter the roadway and form a moving blockade to reduce 40 traffic speeds and create a clear area ahead of the blockade in which to accomplish the 41 work without a total stoppage of traffic. 42 43 1-10.3(3)A Construction Signs 44 The fifth paragraph is revised to read: 45 46 Where it is necessary to add weight to signs for stability, sand bags or other similar 47 ballast may be used but the height shall not be more than 4-inches above the Roadway 48 surface, and shall not interfere with the breakaway features of the device. The 49 Contractor shall follow the manufacturer's recommendations for sign ballasting. 50 51 1-10.3(3)D Barricades 52 The second paragraph is revised to read: City of Renton S 3rd St& Shattuck Ave S 11 July 2009 Intersection Safety Improvements Project 1 2 Where it is necessary to add weight to barricades for stability, sand bags or other similar 3 ballast may be used but the height shall not be more than 4-inches above the Roadway 4 surface and shall not interfere with the breakaway features of the device. The 5 Contractor shall follow the manufacturer's recommendation for sign ballasting. 6 7 1-10.3(3)G Traffic Cones 8 This section including title is revised to read: . 9 10 1-10.3(3)G Traffic Cones and Tall Channelizing Devices 11 Where shown on an approved traffic control plan or where ordered by the Engineer, the 12 Contractor shall provide, install and maintain traffic cones or tall channelizing devices. 13 Cones and tall channelizing devices shall be kept in good repair and shall be removed 14 immediately when directed by the Engineer. Where wind or moving traffic frequently 15 displaces cones, an effective method of stabilizing them, such as stacking two together 16 at each location, shall be employed. 17 , 18 1-10.3(3)K Portable Temporary Traffic Control Signal 19 The first paragraph is revised to read: 20 21 Where shown on an approved traffic control plan, the Contractor shall provide, operate, 22 maintain and remove a portable temporary traffic control signal system to provide 23 alternating one-lane traffic operations on a two-way facility. A portable temporary traffic 24 control signal system shall be defined as two traffic control units that operate together. 25 The system shall be trailer mounted, fully self-contained and designed so that it can be 26 easily transported and deployed at different locations. 27 28 The third sentence in the second paragraph is deleted. 29 30 The following is inserted in front of the sixth paragraph: 31 32 The Traffic Control Supervisor shall monitor and insure that the Portable Temporary 33 Traffic Control Signal is fully operational and maintained as specified by the 34 manufacturer. This Work may include cleaning and replacing lamps and other routine 35 maintenance as needed. 36 37 1-10.4(2) Item Bids with Lump Sum for Incidentals 38 The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised 39 to read: 40 41 No specific unit of measurement will apply to the lump sum item of "Portable Temporary 42 Traffic Control Signal". 43 44 1-10.5(1) Lump Sum Bid for Project (No Unit Items) 45 This section is revised to read: 46 47 "Project Temporary Traffic Control", lump sum. 48 49 The lump sum Contract payment shall be full compensation for all costs incurred by the 50 Contractor in performing the Contract Work defined in Section 1-10, except for costs 51 compensated by Bid Proposal items inserted through Contract Provisions as described 52 in Section 1-10.4(3). City of Renton S 3rd St&Shattuck Ave S 12 July 2009 Intersection Safety Improvements Project 1 2 1-10.5(2) Item Bids with Lump Sum for Incidentals 3 The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to 4 lump sum. 5 6 The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: 78 The lump sum Contract price shall be full compensation for all costs of labor, materials 9 and equipment incurred by the Contractor in performing the Contract Work as described 10 in Section 1-10.3(3)K, including all costs for traffic control during manual control, 11 adjustment, malfunction, or failure of the portable traffic control signals and during 12 replacement of failed or malfunctioning signals. 13 14 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 15 April 7, 2008 16 2-01.3(1) Clearing 17 Item 3 .is deleted. 18 19 The first sentence in Item 4. is revised to read: 20 21 Follow these requirements for all stumps that will be buried deeper than 5-feet from the 22 top, side, or end surface of the embankment or any structure: 23 24 2-01.3(2) Grubbing 25 Item 2. e, is revised to read: 26 27 Upon which embankments will be placed except stumps may be close-cut or trimmed as 28 allowed in Section 2-01.3(1) item 4. 29 30 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 31 April 7, 2008 32 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 33 The first sentence in 3. is supplemented with the following: 34 35 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of 36 sawcutting provided that a clean vertical edge remains. 37 38 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 39 January 7, 2008 40 2-03.1 Description 41 The first sentence in the first paragraph is revised to read: 42 43 The Work described in this section, regardless of the nature or type of the materials 44 encountered, includes excavating and grading the Roadway, excavating in borrow pits, 45 excavating below grade, excavating channels and ditches, removing slide material, and 46 disposing of all excavated material. 47 City of Renton S 3rd St& Shattuck Ave S 13 —i July 2009 Intersection Safety Improvements Project 1 2-03.3(3) Excavation Below Grade 2 The section title is revised to read: 3 4 2-013(3) Excavation Below Subgrade 5 6 The first sentence in the fifth paragraph is revised to read: 7 8 Compaction. If the density of the natural earth under any area of the Roadway is 9 less than that required in Section 2-03.3(14)C, Method B, the Engineer may order 10 the Contractor to perform any or all of the following: 11 12 2-03.3(14)M Excavation of Channels 13 This section including title is revised to read: 14 15 2-03.3(14)M Excavation of Channels and Ditches 16 Channel Excavation: Open excavations 8-feet or more wide at the bottom, but excludes 17 channels that are part of the Roadway. 18 19 Ditch Excavation: Open excavations less than 8-feet wide at the bottom, but excludes 20 ditches that are part of the Roadway. 21 22 Before excavating channels or ditches, the Contractor shall clear and grub the area in 23 accordance with Section 2-01. 24 25 2-03.4 Measurement 26 The first sentence in the first paragraph is revised to read: 27 28 Roadway excavation, channel excavation, ditch excavation, unsuitable foundation 29 excavation, and common borrow items will be measured by the cubic yard. 30 31 The fourth sentence in the first paragraph is revised to read: 32 33 For Roadway excavation, channel excavation and ditch excavation items, the original 34 ground will be compared with the planned finished section shown in the Plans, 35 36 2-03.5 Payment 37 The first paragraph is supplemented with the following: 38 39 "Channel Excavation", per cubic yard. 40 "Channel Excavation Incl. Haul", per cubic yard. 41 "Ditch Excavation", per cubic yard. 4422 "Ditch Excavation Incl. Haul", per cubic yard. 44 The first sentence in the second paragraph is revised to read: 45 46 The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation 47 Incl. Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area 48 ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and 49 "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for 50 excavating, loading, placing, or otherwise disposing of the material. 51 52 The second paragraph is supplemented with the following: City of Renton S 3rd St&Shattuck Ave S 14 — July 2009 Intersection Safety Improvements Project 1 2 When a bid item is not included in the proposal for channel excavation or ditch 3 excavation all costs shall be included in roadway excavation. 4 5 The third paragraph is revised to read: 6 7 When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices 8 shall apply, unless the Work differs materially from the excavation above Subgrade, 9 then payment will be in accordance with Section 1-04.4. 10 11 SECTION 2-10, DITCH EXCAVATION 12 January 7, 2008 13 This section is deleted in its entirety. The section title is revised to read: 14 15 2-10 VACANT 16 17 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 18 August 4, 2008 19 5-01.3(2)B Portland Cement Concrete 20 The third sentence in the third paragraph is deleted. 21 22 5-01.3(4) Replace Portland Cement Concrete Panel 23 The last paragraph on page 5-5 of the Standard Specifications is revised to read: 24 25 The Contractor shall place a bond breaking material such as polyethylene film, roofing 26 paper or other material as approved by the Engineer along all existing concrete surfaces 27 and between the bottom of the slab and treated bases prior to placing concrete. 28 29 5-01.3(5) Partial Depth SpalI Repair 30 The fifth paragraph is revised to read: 31 32 When a partial depth repair is placed directly against an adjacent longitudinal joint a 33 bond breaking material such as polyethylene film, roofing paper or other material as 34 approved by the Engineer shall be placed between the existing concrete and the area to 35 be patched. 36 37 SECTION 5-02, BITUMINOUS SURFACE TREATMENT 38 December 1, 2008 39 5-02.3(3) Application of Asphalt Emulsion and Aggregate 40 The chart following the first paragraph is revised to read: 41 Application Rate Undiluted Asphalt Emulsion Aggregate Aggregates (gal.per sq. yd.)Applied Size (lbs. per sq. yd.)Applied New Construction City of Renton S 3rd St&Shattuck Ave S 15 July 2009 Intersection Safety Improvements Project Prime Coat 0.35-0.65 '/2-U.S. No. 4 25-45 or'/-'/ Tack Coat 0.35-0.60 1/2-U.S. No. 4 25-40 Choke Stone N/A U.S. No. 4-0 4-6 Seal Coats 5 -inch 0.40-0.65 5 -U.S. No. 4 25-45 U.S. No. 4-0 4-6 1/2-inch 0.35-0.55 '/-U.S. No. 4 20-35 4-6 ' -inch-No. 4 0.35-.55 %- U.S. No. 4 20-30 3 -inch-No. 0.20-0.40 %- U.S. No. 18-30 10 10 Choke Stone N/A U.S. No. 4-0 4-6 1 2 Pavement Sealing Grade Diluted/Undiluted Application Rate (gal/sy) CSS-1 or Diluted 0.10-0.18 CSS-1h STE-1 Undiluted 0.05-0.09 3 4 5 The second sentence in the second paragraph is revised to read: 6 7 The second application of asphalt emulsion (tack coat) shall be applied the next day, or 8 as approved by the Project Engineer. 9 10 The eleventh paragraph and the chart following the eleventh paragraph are revised to read: 11 12 Before application to the Roadway, asphalt emulsion shall be heated to the following 13 temperatures or that recommended by the manufacturer. 14 Distributor Temperature Type and Grade of Asphalt Min.°F Max. °F Emulsion New Construction and Seal Coats: CRS-1, CRS-2, CRS-2P 125 195 CMS-2, CMS-2S, CMS-2h 125 185 Fog Seal: CSS-1, CSS-1h, STE-1 70 140 15 16 City of Renton S 3rd St&Shattuck Ave S 16 July 2009 Intersection Safety Improvements Project 1 The third sentence in the twelfth paragraph is revised to read: 2 3 CSS-1 and CSS-1 h emulsified asphalt shall be diluted at a rate of one part water to one 4 part emulsified asphalt as specified in Section 5-04.3(19) unless otherwise directed by 5 the Project Engineer. 6 7 The twelfth paragraph is supplemented with the following: 8 9 STE-1 shall not be diluted. 10 11 5-02.3(10) Unfavorable Weather 12 Item 4. under the second paragraph is revised to read: 13 14 4. Construction of bituminous surface treatments shall not be carried out before May 1 15 or after August 31 of any year except upon written order of the Project Engineer. 16 17 SECTION 5-04, HOT MIX ASPHALT 18 December 1, 2008 19 5-04.3(9) Spreading and Finishing 20 The nominal compacted depth for HMA Class 3/4" and HMA Class 1/2" listed under the first 21 paragraph is revised to read: 22 23 HMA Class 3/4" and HMA Class 1/2" 24 wearing course 0.30-feet 25 other courses 0.35-feet 26 27 5-04.3(12)B Longitudinal Joints 28 The first two paragraphs are revised to read: 29 30 The longitudinal joint in any 1 course shall be offset from the course immediately below 31 by not more than 6-inches nor less than 2-inches. All longitudinal joints constructed in 32 the wearing course shall be located at a lane line or an edge line of the Traveled Way. 33 34 On one-lane ramps a longitudinal joint may be constructed at the center of the traffic 35 lane, subject to approval by the Project Engineer, if: 36 37 1. The ramp must remain open to traffic, or 38 39 2. The ramp is closed to traffic and a hot-lap joint is constructed. 40 41 a. If a hot-lap joint is allowed at the center of the traffic lane, 2 paving 42 machines shall be used; a minimum compacted density in accordance 43 with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and 44 construction equipment other than rollers shall not operate on any 45 uncompacted mix. 46 47 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan 48 A40.10-00." 49 City of Renton S 3rd St& Shattuck Ave S 17 July 2009 Intersection Safety Improvements Project 1 5-04.3(16) Weather Limitations 2 The chart for Surface Temperature Limitation is revised to read: 3 Surface Temperature Limitation Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 4 5 6 5-04.3(21) Asphalt Binder Revision 7 This section is revised to read: 8 9 When the Contracting Agency provides a source of aggregate, the expected percentage 10 content of asphalt binder in the resulting mix will be identified in the Contract 11 documents. 12 13 Should the percentage of asphalt binder shown in the job mix formula for Hot Mix 14 Asphalt produced with Agency-provided aggregate vary by more than plus or minus 0.3- 15 percent from the amount shown in the Contract documents, an adjustment in payment 16 will be made. The adjustment in payment (plus or minus) will be based on the invoice 17 unit cost, including shipping cost, without any markups. The quantity subject to an 18 adjustment shall be the difference between the JMF asphalt binder percentage and the 19 contract document asphalt binder percentage except that the first 0.3% of this difference 20 shall not apply. No adjustment will be made when the Contractor elects not to use a 21 Contracting Agency-provided source, or when no source is made available by the 22 Contracting Agency. 23 24 SECTION 5-05, CEMENT CONCRETE PAVEMENT 25 April 6, 2009 26 5-05.3(1) Concrete Mix Design for Paving 27 The first paragraph under 1. Materials is revised to read: 28 29 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall 30 conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 31 9-03.1(4) AASHTO grading No. 467. An alternate combined gradation conforming 32 to Section 9-03.1(5) may be proposed, that has a nominal maximum aggregate size 33 equal to or greater than a 1-1/2-inch square sieve. 34 35 Under the first paragraph; 3. Mix Design Modifications is revised to read: 36 37 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall 38 be within the following tolerances of the mix design: 39 Portland Cement Concrete Batch Volumes Cement +5% -1% Coarse + 200 Pounds - 200 Pounds City of Renton S 3rd St&Shattuck Ave S 18 July 2009 Intersection Safety Improvements Project Aggregate Fine Aggregate + 200 Pounds - 200 Pounds 1 2 3 If the total cementitious material weight is made up of different components, these 4 component weights shall be within the following tolerances: 5 6 1. Portland cement weight plus 5-percent or minus 1-percent of that specified 7 in the mix design. 8 9 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5- 10 percent of that specified in the mix design. 11 12 3. Microsilica weight plus or minus 10-percent of that specified in the mix 13 design. 14 ` 15 Water shall not exceed the maximum water specified in the mix design. 16 17 The Contractor may initiate minor adjustments to the approved mix proportions 18 within the tolerances noted above without resubmitting the mix design. 19 20 Utilizing admixtures to accelerate the set or to increase workability will be permitted 21 only when approved by the Engineer. Only non-chloride accelerating admixtures 22 that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be 23 used. 24 25 The Contractor shall notify the Engineer in writing of any proposed modification. A 26 new mix design will designate a new lot. 27 28 5-05.3(3)C Finishing Equipment 29 The second sentence in the first paragraph is revised to read: 30 31 On other roads and on WSDOT projects requiring less than 1000-square yards of 32 cement concrete pavement or requiring individual placement areas of less than 1000- 33 square yards, irregular areas, intersections and at locations inaccessible to slip-form 34 paving equipment, cement concrete pavement may be placed with approved placement 35 and finishing equipment utilizing stationary side forms. 36 37 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 38 The third sentence in the ninth paragraph is deleted. 39 40 5-05.3(8)A Contraction Joints 41 The fifth paragraph is revised to read: 42 43 When cement concrete pavement is placed adjacent to existing cement concrete 44 pavement, the vertical face of all existing working joints shall be covered with a bond 45 breaking material such as polyethylene film, roofing paper or other material as approved 46 by the Engineer. 47 48 5-05.3(8)B Sealing Sawed Contraction Joints 49 The fifth sentence is revised to read: 4.94 City of Renton S 3rd St&Shattuck Ave S 19 July 2009 Intersection Safety Improvements Project 1 2 The hot-poured compound and the cold-poured compound shall be applied under 3 sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall 4 be between 1/4 inch and 5/8 inch below the top surface of the concrete. 5 6 SECTION 6-02, CONCRETE STRUCTURES 7 April 6, 2009 8 6-02.2 Materials 9 This section is supplemented with the following: 10 11 Pigmented Sealer Materials for Coating of Concrete Surfaces 9-08.2(1) 12 13 6-02.3(2)A Contractor Mix Design 14 The third sentence in the fourth paragraph is revised to read: 15 16 The nominal maximum size aggregate for Class 4000P shall be 3/8-inch. 17 18 The fourth sentence in the fourth paragraph is revised to read: 19 20 The nominal maximum size aggregate for Class 4000D shall be 1-inch. 21 22 6-02.3(2)B Commercial Concrete 23 The second paragraph is revised to read: 24 25 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 26 culverts, concrete pipe collars, pipe anchors, monument cases, light standard 27 foundations, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence 28 post footings, sidewalks, curbs, and gutters, the Contractor may use commercial 29 concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have 30 a minimum cementitious material content of 564-pounds per cubic yard of concrete, 31 shall be air entrained, and the tolerances of Section 6-02.3(5)C shall apply. Commercial 32 concrete shall not be used for items such as, bridges, retaining walls, box culverts, or 33 foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign 34 bridges. The Engineer may approve the use of commercial concrete for other 35 applications not listed above. 36 37 6-02.3(6)D Protection Against Vibration 38 The second sentence in the second paragraph is revised to read: 39 40 These requirements for the protection of freshly placed concrete against vibration shall 41 not apply for plant cast concrete, nor shall they apply to the vibrations caused by the 42 traveling public. 43 44 The third sentence in the second paragraph is deleted. 45 46 Item (2) under the third paragraph is revised to read: 47 48 (2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000- 49 pounds, track vehicles, trucks (unless excluded above), hand operated jack 50 hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors under 51 30,000-pounds, and grab-hammers. City of Renton S 3rd St& Shattuck Ave S 20 July 2009 Intersection Safety Improvements Project 1 2 Item (3) under the third paragraph is revised to read: 3 4 (3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers, 5 machine operated impact tools, pavement breakers, and other large pieces of 6 equipment. 7 8 6-02.3(10) Roadway Slabs and Bridge Approach Slabs 9 This section's content is deleted. This section's title is revised to read: 10 11 6-02.3(10) Bridge Decks and Bridge Approach Slabs 12 13 This section is supplemented with the following new sub-sections: 14 15 6-02.3(10)A Preconstruction Meeting 16 A pre-concreting conference shall be held 5 to 10-working days before placing concrete 17 to discuss construction procedures, personnel, and equipment to be used. Those 18 attending shall include: 19 20 1. (representing the Contractor) The superintendent and all foremen in charge of 21 placing the concrete, finishing it; and 22 23 2. (representing the State) The Project Engineer, key inspection assistants, and 24 the State Construction Office. 25 26 If the project includes more than 1 deck or slab, and if the Contractor's key personnel 27 change between concreting operations, or at request of the Engineer, an additional 28 conference shall be held just before each deck or slab is placed. 29 30 The Contractor shall not place bridge decks until the Engineer agrees that: 31 32 1. Concrete producing and placement rates will be high enough to meet placing 33 and finishing deadlines; 34 35 2. Finishers with enough experience have been employed; 36 37 3. Adequate finishing tools and equipment are at the site, and 38 39 4. Curing procedures consistent with the Specification requirements are 40 employed. 41 42 6-02.3(10)B Screed Rail Supports 43 The Contractor shall place screed rails outside the finishing area. When screed rails 44 cannot be placed outside the finishing area as determined by the Engineer, they shall 45 rest on adjustable supports that can be removed with the least possible disturbance to 46 the screeded concrete. The supports shall rest on structural members or on forms rigid 47 enough to resist deflection. Supports shall be removable to at least 2-inches below the 48 finished surface. For staged constructed bridge decks, the finishing machine screed 49 rails shall not be supported on the completed portion of deck and shall deflect with the 50 portion of structure under construction. 51 City of Renton S 3rd St&Shattuck Ave S 21 July 2009 Intersection Safety Improvements Project 1 Screed rails (with their supports) shall be strong enough and stiff enough to permit the 2 finishing machine to operate effectively on them. All screed rails shall be placed and 3 secured for the full length of the deck/slab before the concreting begins. If the Engineer 4 approves in advance, the Contractor may move rails ahead onto previously set supports , 5 while concreting progresses. But such movable rails and their supports shall not change 6 the set elevation of the screed. 7 8 On steel truss and girder spans, screed rails and bulkheads may be placed directly on 9 transverse steel floorbeams, with the strike-board moving at right angles to the 10 centerline of the Roadway. 11 12 6-02.3(10)C Finishing Equipment 13 The finishing machine shall be self-propelled and be capable of forward and reverse 14 movement under positive control. The finishing machine shall be equipped with a ' 15 rotating cylindrical single or double drum screed not exceeding 60-inches in length. The 16 finishing machine shall have the necessary adjustments to produce the required cross- 17 section, line, and grade. Provisions shall be made for the raising and lowering of all 18 screeds under positive control. The upper vertical limit of screed travel shall permit the 19 screed to clear the finished concrete surface. 20 21 For bridge deck widening of 20-feet or less, and for bridge approach slabs, or where 22 jobsite conditions do not allow the use of conventional configuration finishing machines 23 described above, the Contractor may propose the use of a hand operated motorized 24 power screed such as a "Texas" or "Bunyan" screed. This screed shall be capable of 25 finishing the bridge deck and bridge approach slab to the same standards as the 26 finishing machine. The Contractor shall not begin placing bridge deck or bridge 27 approach slab concrete until receiving the Engineer's approval of this screed and the 28 placing procedures. 29 30 On bridge decks the Contractor may use hand-operated strike-boards only when the 31 Engineer approves for special conditions where self propelled or motorized hand 32 operated screeds cannot be employed. These boards shall be sturdy and able to strike 33 off the full placement width without intermediate supports. Strike-boards, screed rails, 34 and any specially made auxiliary equipment shall receive the Engineer's approval 35 before use. All finishing requirements in these Specifications apply to hand-operated 36 finishing equipment. 37 38 6-02.3(10)D Concrete Placement, Finishing, and Texturing 39 Before any concrete is placed, the finishing machine shall be operated over the entire _, 40 length of the deck/slab to check screed deflection. Concrete placement may begin only 41 if the Engineer approves after this test. 42 43 Immediately before placing concrete, the Contractor shall check (and adjust if 44 necessary) all falsework and wedges to minimize settlement and deflection from the 45 added mass of the concrete deck/slab. The Contractor shall also install devices, such as 46 telltales, by which the Engineer can readily measure settlement and deflection. 47 48 The Contractor shall schedule the concrete placement so that it can be completely 49 finished during daylight. After dark finishing is permitted if the Engineer approves and if 50 the Contractor provides adequate lighting. 51 City of Renton S 3rd St&Shattuck Ave S 22 July 2009 Intersection Safety Improvements Project 1 The placement operation shall cover the full width of the Roadway or the full width 2 between construction joints. The Contractor shall locate any construction joint over a 3 beam or web that can support the deck/slab on either side of the joint. The joint shall not 4 occur over a pier unless the Plans permit. Each joint shall be formed vertically and in 5 true alignment. The Contractor shall not release falsework or wedges supporting pours 6 on either side of a joint until each side has aged as these Specifications require. 7 8 Placement of concrete for bridge decks and bridge approach slabs shall comply with 9 Section 6-02.3(6).The Engineer shall approve the placement method. In placing the 10 concrete, the Contractor shall: 11 12 1. Place it (without segregation) against concrete placed earlier, as near as 13 possible to its final position, approximately to grade, and in shallow, closely 14 spaced piles; 15 16 2. Consolidate it around reinforcing steel by using vibrators before strike-off by 17 the finishing machine; 18 19 3. Not use vibrators to move concrete; 20 21 4. Not revibrate any concrete surface areas where workers have stopped prior to 22 screeding; 23 24 5. Remove any concrete splashed onto reinforcing steel in adjacent segments 25 before concreting them; 26 27 6. Tamp and strike off the concrete with a template or strike board moving slowly 28 forward at an even speed; 29 30 7. Maintain a slight excess of concrete in front of the cutting edge across the 31 entire width of the placement operation; 32 33 8. Make enough passes with the strike-board (without overfinishing and bringing 34 excessive amounts of mortar to the surface) to create a surface that is true and 35 ready for final finish; and 36 37 9. Leave a thin, even film of mortar on the concrete surface after the last pass of 38 the strike-board. 39 40 Workers shall complete all post screeding operations without walking on the concrete. 41 This may require work bridges spanning the full width of the slab. 42 43 After removing the screed supports, the Contractor shall fill the voids with concrete (not 44 mortar). 45 46 If necessary, as determined by the Engineer, the Contractor shall float the surface left by 47 the finishing machine to remove roughness, minor irregularities, and seal the surface of 48 the concrete. Floating shall leave a smooth and even surface. Float finishing shall be 49 kept to a minimum number of passes so air bubbles in the concrete are not released. 50 The floats shall be at least 4-feet long. Each transverse pass of the float shall overlap 51 the previous pass by at least half the length of the float. The first floating shall be at right City of Renton S 3rd St&Shattuck Ave S 23 July 2009 Intersection Safety Improvements Project 1 angles to the strike-off. The second floating shall be at right angles to the centerline of 2 the span. A smooth riding surface shall be maintained across construction joints. 3 4 Expansion joints shall be finished with a 1/2-inch radius edger. 5 6 After floating, but while the concrete remains plastic, the Contractor shall test the entire 7 deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing 8 shall be done with a 10-foot straightedge held on the surface. The straightedge shall be 9 advanced in successive positions parallel to the centerline, moving not more than 1/2 10 the length of the straightedge each time it advances. This procedure shall be repeated 11 with the straightedge held perpendicular to the centerline. An acceptable surface shall 12 be one free from deviations of more than 1/8-inch under the 10-foot straightedge. 13 14 If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, 15 strike off, consolidate, and refinish them. High areas shall be cut down and refinished. 16 Retesting and refinishing shall continue until an acceptable, deviation free surface is 17 produced. The hardened concrete shall meet all smoothness requirements of these .. 18 Specifications even though the tests require corrective Work. 19 20 The Contractor shall texture the bridge deck and bridge approach slab by combing the -- 21 final surface perpendicular to the centerline. Made of a single row of metal tines, the 22 comb shall leave striations in the fresh concrete approximately 3/16-inch deep by 1f5- 23 inch wide and spaced approximately 1/2-inch apart. The Engineer will decide actual 24 depths at the site. (If the comb has not been approved, the Contractor shall obtain the 25 Engineer's approval by demonstrating it on a test section.) 26 27 The Contractor may operate the combs manually or mechanically, either singly or with 28 several placed end to end. The timing and method used shall produce the required 29 texture without displacing larger particles of aggregate. Texturing shall end 2-feet from 30 curb lines. This 2-foot untextured strip shall be hand finished with a steel trowel. 31 32 If the Plans call for an overlay (to be constructed under the same Contract), such as hot 33 mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall 34 produce the final finish by dragging a strip of damp, seamless burlap lengthwise over 35 the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the 36 deck/slab in width. Approximately 3-feet of the drag shall contact the surface, with the 37 least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of 38 concrete. When it fails to produce the required finish, the Contractor shall replace it. 39 When not in use, it shall be lifted clear of the slab. 40 41 After the deck/slab has cured, the surface shall not vary more than 1/s-inch under a 10- 42 foot straightedge placed parallel and perpendicular to the centerline. 43 44 The Contractor shall cut high spots down with a diamond faced, saw-type cutting 45 machine. This machine shall cut through mortar and aggregate without breaking or 46 dislodging the aggregate or causing spalls. 47 48 Low spots shall be built up utilizing a grout or concrete with a strength equal to or 49 greater than the required 28-day strength of the deck/slab. The method of build-up shall 50 be submitted to the Engineer for approval. 51 _. City of Renton S 3rd St& Shattuck Ave S 24 July 2009 Intersection Safety Improvements Project 1 The surface texture on any area cut down or built up shall match closely that of the 2 surrounding bridge deck or bridge approach slab area. The entire bridge deck and 3 bridge approach slab shall provide a smooth riding surface. 4 5 6-02.3(10)E Sidewalk 6 Concrete for sidewalk shall be well compacted, struck off with a strike-board, and 7 floated with a wooden float to achieve a surface that does not vary more than V-inch 8 under a 10-foot straightedge. An edging tool shall be used to finish all sidewalk edges 9 and expansion joints. The final surface shall have a granular texture that will not turn 10 slick when wet. 11 12 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 13 Bridge approach slabs shall be constructed full bridge deck width from outside usable 14 Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge 15 approach slabs shall be modified as shown in the Plans to accommodate the grate 16 inlets at the bridge ends if the grate inlets are required. 17 18 Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor 19 rods, couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall 20 conform to ASTM A 36. All metal parts shall receive 1 coat of formula A-11-99 paint 21 meeting the requirements of Section 9-08.2. The pipe shall be any non-perforated PE 22 or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to 23 Section 9-04.6. The anchors shall be installed parallel both to profile grade and center 24 line of Roadway. The Contractor shall secure the anchors to ensure that they will not be 25 misaligned during concrete placement. For Method B anchors installations, the epoxy 26 bonding agent used to install the anchors shall be Type IV conforming to Section 9-26.1. 27 The compression seal shall be as noted in the Contract documents. Dowel bars shall 28 be installed in the bridge approach slabs in accordance with the requirements of the 29 Standard Plans and Section 5-05.3(10). 30 31 After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge 32 approach slabs may be opened to traffic when a minimum compressive strength of 33 2,500 psi is achieved. 34 35 6-02.3(12) Construction Joints 36 The third sentence in the second paragraph is deleted. 37 38 6-02.3(14) Finishing Concrete Surfaces 39 The following new sub-section is inserted after Section 6-02.3(14)B: 40 41 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 42 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 43 surface finish, (except that concrete barrier surfaces shall be finished in accordance 44 with Section 6-02.3(11)A) and shall receive a light brush sandblasting in order that 45 complete neutralization of the surface and subsequent penetration of the pigmented 46 sealer is achieved. All curing agents and form release agents shall be removed. The 47 surface shall be dry, clean and prepared in accordance with the manufacturer's written 48 instructions. The Contractor shall submit four copies of the manufacturer's written 49 instructions. 50 51 The Contractor shall not apply pigmented sealer from a batch greater than twelve 52 months past the initial date of color sample approval of that batch by the Engineer. City of Renton S 3rd St&Shattuck Ave S 25 July 2009 Intersection Safety Improvements Project 1 The pigmented sealer color or colors for specific concrete surfaces shall be as specified 2 in the Special Provisions. 3 4 The pigmented sealer shall be spray applied in accordance with the manufacturer's 5 written instructions for application, air temperature required for sealer application and 6 curing, qualification of applicator, rate of application, and number of coats to apply. 7 Pigmented sealer shall not be applied until the concrete has cured for at least 28 days. 8 Pigmented sealer shall not be applied upon damp surfaces, nor shall it be applied when 9 the air is misty, or otherwise unsatisfactory for the work, in the opinion of the 10 manufacturer or the Engineer. The final appearance shall have an even and uniform 11 color acceptable to the Engineer. 12 13 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete 14 fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to one -- 15 foot below the finish ground line, unless otherwise shown in the Plans. 16 17 6-02.3(17)N Removal of Falsework and Forms 18 The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier 19 form, and pedestrian barrier forms" etc, is deleted. 20 21 6-02.3(17)0 Early Concrete Test Cylinder Breaks 22 The third paragraph is revised to read: 23 24 The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 25 26 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 27 This section's title is revised to read: 28 29 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 30 31 6-02.3(25) Prestressed Concrete Girders 32 In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange I Girder 33 is revised to read: 34 35 WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, 36 WF66G, WF74G, WF83G, WF95G and WF100O. 37 38 In the fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is 39 revised to read: 40 41 WSDOT standard girders in this category include Series WF66PTG, WF74PTG, 42 WF83PTG, WF95PTG and WF100PTG. 43 44 6-02.3(25)B Casting 45 The reference to Section 9-23.7 in the second sentence of the third paragraph is deleted. 46 47 6-02.3(25)C Prestressing 48 The fifth paragraph is revised to read: 49 50 From manufacture to encasement in concrete, prestressing strand shall be protected 51 against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry 52 covered area and shall be kept in the manufacturer's original packaging until placement City of Renton S 3rd St& Shattuck Ave S 26 July 2009 Intersection Safety Improvements Project 1 in the forms, If prestressing strand has been damaged or pitted, it will be rejected. 2 Prestressing strand with rust shall be spot cleaned with a non-metallic pad to inspect for 3 any sign of pitting or section loss. 4 5 6-02.3(25)J Horizontal Alignment 6 The first paragraph is revised to read: 7 8 The Contractor shall check and record the horizontal alignment of the top and bottom 9 flanges of each girder at the following times: 10 11 1. Initial - upon removal of the girder from the casting bed; 12 13 2. Final -within 2-weeks, but not less than 3-days prior to shipment; and 14 15 3. Storage - between 115 to 125-days after casting, if the girder remains in 16 storage for a period exceeding 120-days. 17 18 Each check shall be made by measuring the distance between each flange and a chord 19 that extends the full length of the girder. The Contractor shall perform and record each 20 check at a time when the alignment of the girder is not influenced by temporary 21 differences in surface temperature. Records for the Initial check shall be included in the 22 Contractor's Prestressed Concrete Certificate of Compliance. Records for the Final and 23 Storage checks shall be provided to the Engineer for approval. 24 25 The first sentence in the fifth paragraph is deleted. 26 27 6-02.3(25)K Girder Deflection 28 The first paragraph is revised to read: 29 30 The Contractor shall check and record the vertical deflection (camber) of each girder at 31 the following times: 32 33 1. Initial - upon removal of the girder from the casting bed; and 34 35 2. Storage - within 2-weeks, but not less than 3-days prior to shipment, if the 36 girder remains in storage for a period exceeding 120-days. 37 38 The Contractor shall perform and record each check at a time when the alignment of the 39 girder is not influenced by temporary differences in surface temperature. These records 40 shall be available for the Engineer's inspection, and in the case of girders older than 41 120-days, shall be transmitted to the Engineer as soon as practical for evaluation of the 42 effect of long-term storage on the "D" dimension. Records for the Initial check shall be 43 included in the Contractor's Prestressed Concrete Certificate of Compliance. Records 44 for the Storage check shall be provided to the Engineer for approval. 45 46 6-02.3(25)L Handling and Storage 47 The fifth sentence in the third paragraph is deleted. 48 49 6-02.3(25)N Prestressed Concrete Girder Erection 50 The fourth paragraph is revised to read: 51 City of Renton S 3rd St& Shattuck Ave S 27 July 2009 Intersection Safety Improvements Project 1 When prestressed girders arrive on the project, the Project Engineer will confirm that 2 they are stamped "Approved for Shipment", that the final horizontal alignment and 3 deflection (camber) check records have been approved, and that they have not been 4 damaged in shipment, before accepting them. 5 6 6-02.3(26)E Ducts 7 The first six paragraphs under the heading Ducts for Internal Embedded Installation are 8 revised to read: 9 10 Ducts, including their splices, shall be semi-rigid, air and mortar tight, corrugated plastic 11 ducts of virgin polyethylene or polypropylene materials, free of water soluble chlorides 12 or other chemicals reactive with concrete or post-tensioning reinforcement. Ducts, 13 including their splices, shall either have a white coating on the outside or shall be of a 14 white material with ultraviolet stabilizers added. Ducts, including their splices, shall be T'- 15 capable of withstanding concrete pressures without deforming or permitting the intrusion 16 of cement paste during placement of concrete. All fasteners shall be appropriate for use 17 with plastic ducts, and all clamps shall be of an approved plastic material. 18 19 Polyethylene ducts shall conform to ASTM D 3350 with a cell classification of 345464A. 20 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either 21 PP0340B14541 or PP0340B67884. Resins used for duct fabrication shall have a 22 minimum oxidation induction time of 20 minutes, in accordance with ASTM D 3895, 23 based on tests performed by the duct fabricator on samples taken from the lot of 24 finished product. The duct thickness shall be as specified in Section 10.8.3 of the 25 AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. 26 27 Each duct shall maintain the required profile within a placement tolerance of plus or 28 minus 1/4-inch for longitudinal tendons and plus or minus 1/8-inch for transverse slab 29 tendons during all phases of the work. The minimum acceptable radius of curvature 30 shall be as recommended by the duct manufacturer and as supported by documented 31 industry standard testing. The ducts shall be completely sealed to keep out all mortar. 32 33 Each duct shall be located to place the tendon at the center of gravity alignment shown 34 in the Plans. To keep friction losses to a minimum, the Contractor shall install ducts to 35 the exact lines and grades shown in the Plans. Once in place, the ducts shall be tied 36 firmly in position before they are covered with concrete. During concrete placement, the :. 37 Contractor shall not displace or damage the ducts. 38 39 The ends of the ducts shall: 40 41 1. Permit free movement of anchorage devices, and 42 2. Remain covered after installation in the forms to keep out all water or debris. 43 44 Immediately after any concrete placement, the Contractor shall force blasts of oil-free, 45 compressed air through the ducts to break up and remove any mortar inside before it 46 hardens. Before deck concrete is placed, the Contractor shall satisfy the Engineer that 47 ducts are unobstructed and contain nothing that could interfere with tendon installation, 48 tensioning, or grouting. If the tendons are in place, the Contractor shall show that they 49 are free in the duct. 50 51 Ducts shall be capped and sealed at all times until the completion of grouting to prevent 52 the intrusion of water. City of Renton S 3rd St& Shattuck Ave S 28 July 2009 Intersection Safety Improvements Project 1 2 The last paragraph under the heading Ducts for Internal Embedded Installation is revised 3 to read: 4 5 When the duct must be curved in a tight radius, more flexible duct may be used, subject 6 to the Engineer's approval. 7 8 The first paragraph under the heading Ducts for External Exposed Installation is revised 9 to read: 10 11 Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350. The cell 12 classification for each property listed in Table 1 shall be as follows: 13 14 This section is supplemented with the following: 15 16 Vents, Grout Injection Ports, Drains and Caps 17 The Contractor shall install vents at high points and drains at low points of the tendon 18 profile (and at other places if the Plans require). Vents at high points shall consist of a 19 set of three vents - one to be installed at the high point of the duct, and flanking vents to 20 be installed on either side of the high point vent at locations where the duct profile is 8 to 21 12 inches below the elevation of the high point vent. Vents shall include grout injection 22 ports. 23 24 Vents and drains shall have a minimum inside diameter of 3/4 inches, and shall be of 25 either stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or 26 other chemicals reactive with concrete or post-tensioning reinforcement. Stainless steel 27 vents and drains shall conform to ASTM A 240 Type 316. Nylon vents and drains shall 28 conform to cell classification S-PA0141 (weather resistant). Polyolefin vents and drains 29 shall contain an antioxidant with a minimum oxidation induction time of 20 minutes in 30 accordance with ASTM D 3895. Polyolefin vents and drains shall also have a stress 31 crack resistance of three hours minimum when tested at an applied stress of 350 psi in 32 accordance with ASTM F 2136. 33 34 All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an 35 approved plastic material. Taping of connections is not allowed. Valves shall be positive 36 mechanical shut-off valves. Valves, and associated caps, shall have a minimum 37 pressure rating of 100 psi. 38 39 Vents shall point upward and remain closed until grouting begins. Drains shall point 40 downward and remain open until grouting begins. Ends of stainless steel vents and 41 drains shall be removed 1-inch inside the concrete surface after grouting has been 42 completed. Ends of nylon or polyolefin vents and drains may be left flush to the surface 43 unless otherwise specified by the Engineer. Vents, except for grout injection, are not 44 required for transverse post-tensioning ducts in the roadway slab unless specified in the 45 Plans. 46 47 Caps shall be made of either stainless steel or fiber reinforced polymer (FRP). Stainless 48 steel caps shall conform to ASTM A 240 Type 316L. The resin for FRP caps shall be 49 either nylon, polyester, or acrylonitrite butadiene styrene (ABS). Nylon shall conform to 50 cell classification S-PA0141 (weather resistant). Caps shall be sealed with "0" ring seals 51 or precision fitted flat gaskets placed against the bearing plate. Caps shall be fastened 52 to the anchorage with stainless steel bolts conforming to ASTM A 240 Type 316L. City of Renton S 3rd St&Shattuck Ave S 29 July 2009 Intersection Safety Improvements Project 1 2 Leak Tightness Testing 3 The Contractor shall test each completed duct assembly for leak tightness, prior to 4 casting concrete and placing post-tensioning reinforcement. The Contractor shall submit 5 the equipment used to conduct the leak tightness testing and to monitor and record the 6 pressure maintained in and lost from the closed assembly, and the process to be 7 followed in conducting the leak tightness testing, to the Engineer for approval along with 8 the post-tensioning system shop drawings in accordance with Section 6-02.3(26)A. 9 10 Prior to testing, all vents, grout injection ports, and drains shall either be capped or have 11 their shut-off valves closed. The Contractor shall pressurize the completed duct 12 assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes 13 to allow for internal adjustments within the assembly. After five minutes, the air supply 14 valve shall be closed. The Contractor shall monitor and measure the pressure 15 maintained within the closed assembly, and any subsequent loss of pressure, over a 16 period of one minute following the closure of the air supply valve. Locations of leakage 17 shall be identified, repaired or reconstructed, and the repaired reassembled duct system a 18 retested. The cycle of testing, repair and retesting of each completed duct assembly 19 shall continue until the completed duct assembly completes a test with pressure loss 20 within the specified amount. The maximum pressure loss for duct assemblies equal to ,,_ 21 or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct 22 assemblies greater than 150 feet in length shall be 15 psig. 23 24 6-02.3(26)F Prestressing Reinforcement 25 The fourth paragraph is revised to read: 26 27 From manufacture to encasement in concrete or grout, prestressing strand shall be 28 protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in 29 a dry covered area and shall be kept in the manufacturer's original packaging. If 30 prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand 31 with rust shall be spot cleaned with a non-metallic pad to inspect for any sign of pitting 32 or section loss. If the prestressing reinforcement will not be stressed and grouted for 33 more that seven calendar days after it is placed in the ducts, the Contractor shall place —. 34 an approved corrosion inhibitor conforming to Federal Specification MIL-P-3420F-87 in 35 the ducts. 36 37 6-02.3(26)H Grouting 38 The following is inserted in front of the first paragraph of this section: 39 40 Grout for post-tensioning reinforcement shall be a Class C pre-packaged, pumpable, 41 non-segregating, non-shrink, high-strength grout conforming to the requirements 42 specified in Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications, 43 latest edition and current interims. Pre-packaged components of the grout mix shall be 44 used within six months or less from date of manufacture to date of usage. Grout for 45 post-tensioning reinforcement will be accepted based on manufacturer's certificate of 46 compliance in accordance with Section 1-06.3, except that the water-cementitious 47 material ratio of 0.45 maximum shall be field verified. 48 49 All grout produced for any single structure shall be furnished by one supplier. 50 51 All grouting operations shall be conducted by ASBI certified grout technicians. 52 City of Renton S 3rd St&Shattuck Ave S 30 July 2009 Intersection Safety Improvements Project 1 The Contractor shall submit a grouting operation plan to the Engineer for approval in 2 accordance with Section 6-01.9. The grouting operation plan shall include, but not be 3 limited to, the following: 4 5 1. Names of the grout technicians, accompanied by documentation of their ASBI 6 certification. 7 "` 8 2. Type, quantity and brand of materials used in the grouting operations, 9 including all manufacturer's certificates of compliance. 10 11 3. Type of equipment to be used, including meters and measuring devices used 12 to positively measure the quantity of materials used to mix the post-tensioning 13 grout, the equipment capacity in relation to demand and working conditions, .,, 14 and all back-up equipment and spare parts. 15 16 4. General grouting procedure. 17 18 5. Duct leak tightness testing and repair procedures as specified in Section 6- 19 02.3(26)E. 20 ""IN 21 6. Methods used to control the rate of grout flow within the ducts. 22 23 7. Theoretical grout volume calculations, and target flow rates recommended by 4111 24 the grout manufacturer as a function of the mixer equipment and the expected 25 range of ambient temperatures. 26 �• 27 8. Grout mixing and pumping procedures. 28 29 9. Direction of grouting. 30 31 10. Sequence of use of the grout injection ports, vents and drains. 32 33 11. Procedures for handling blockages. 34 35 12. Procedures for post-grouting repairs. 36 37 The Contractor shall not begin grouting operations until receiving the Engineer's 38 approval of the grouting operation plan. 39 40 Post-tensioning grout shall be mixed in accordance with the pre-packaged grout 41 manufacturer's recommendations using high-shear colloidal mixers. Mechanical paddle 42 mixers will not be allowed. The grout produced for filling post-tensioning ducts shall be sib 43 free of lumps and undispersed cement. All equipment used to mix each batch of post- 44 tensioning grout shall be equipped with appropriate meters and measuring devices to 45 positively measure all quantities of all materials used to produce the mixed grout. The ,r. 46 field test for water-cementitious materials ratio shall be performed prior to beginning the 47 grout injection process. Grouting shall not begin until the material properties of each 48 batch of grout have been confirmed as acceptable. 49 50 The fourth paragraph is deleted. 51 52 The fifth paragraph is deleted. City of Renton S 3rd St& Shattuck Ave 5 31 July 2009 Intersection Safety Improvements Project 1 2 The sixth paragraph is deleted 3 4 6-02.5 Payment 5 The paragraph following bid item "Commercial Concrete" is supplemented with the following: 6 7 All costs in connection with furnishing and applying pigmented sealer to concrete 8 surfaces as specified shall be included in the unit contract price per cubic yard for 9 "Conc. Class ". If the concrete is to be paid for other than by class of concrete then 10 the costs shall be included in the applicable adjacent item of work. 11 12 SECTION 6-03, STEEL STRUCTURES 13 April 6, 2009 14 6-03.3(33) Bolted Connections 15 The second paragraph is revised to read: 16 17 All bolted connections are slip critical. Painted structures require either Type 1 or Type 18 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be 19 galvanized or be used in contact with galvanized metal. 20 21 6-03.3(33)A Pre-Erection Testing 22 The first sentence in the first paragraph is revised to read: 23 24 High strength bolt assemblies (bolt, nut, and washer), black and galvanized, shall be 25 subjected to a field rotational capacity test, as outlined below, prior to any erection 26 activity. 27 28 6-03.3(38) Placing Superstructure 29 This section is revised to read: 30 31 The concrete in piers and crossbeams shall reach at least 80-percent of design strength 32 before girders are placed on them. 33 34 6-03.4 Measurement 35 The second paragraph is revised to read: 36 37 Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be 38 paid for on a lump sum basis, whichever is shown on the Proposal. 39 40 SECTION 6-05, PILING 41 December 1, 2008 42 6-05.3(11)A Tolerances 43 The first sentence is revised to read: 44 45 For elevated pier caps, the tops of piles at cut-off elevation shall be within 2-inches of 46 the horizontal locations indicated in the Contract. 47 City of Renton S 3rd St& Shattuck Ave S 32 July 2009 Intersection Safety Improvements Project 1 SECTION 6-07, PAINTING 2 April 6, 2009 3 6-07.3(1) Painting New Steel Structures 4 The third paragraph is revised to read: 5 6 The primer coat, the second coat and the third coat shall all be selected from the same 7 manufacturer and shall be from one of the approved paint systems listed in the Qualified 8 Products List. Once a paint system has been selected, that system shall be used 9 throughout the Structure. 10 11 The ninth paragraph is deleted. 12 13 6-07.3(2)G Painting Steel Surfaces 14 The first sentence in the first paragraph is revised to read: 15 16 The coating system for all steel surfaces shall incorporate 3 single component moisture- 17 cured polyurethane coats from the same manufacturer and shall be from one of the 18 approved paint systems listed in the Qualified Products List. 19 20 6-07.3(4) Painting Galvanized Surfaces 21 This section is revised and renumbered as follows: 22 23 6-07.3(4)A Painting of Galvanized Surfaces 24 All galvanized surfaces receiving paint shall be prepared for painting in accordance with 25 the ASTM D 6386. The method of preparation shall be as agreed upon by the paint 26 manufacturer and the galvanizer. The Contractor shall not begin painting until receiving 27 the Engineer's approval of the prepared galvanized surface. 28 29 Environmental Conditions 30 Steel surfaces shall be: 31 32 • Greater than 35°F and 33 • Less than 115°F 34 or in accordance with the manufacturer's recommendations, whichever is more 35 stringent. 36 37 The Contractor shall paint the dry surface as follows: 38 Paint Formulas Type First Coat MIL-P-24441 Epoxy polyimide Second Coat C-11-99 Moisture Cured Aliphatic Polyurethane 39 40 41 Each coat shall be dry before the next coat is applied. All coats applied in the shop shall 42 be dried hard before shipment. 43 44 The following new section is inserted before Section 6-07.3(4)A: 45 City of Renton S 3rd St& Shattuck Ave S 33 July 2009 Intersection Safety Improvements Project 4.1111111011111/ 1 6-07.3(4) Painting or Powder Coating of Galvanized Surfaces 2 Galvanized surfaces specified to be coated after galvanizing shall receive either paint in 3 accordance with Section 6-07.3(4)A or powder coating in accordance with Section 6- 4 07.3(4)B. The color of the finish coat shall be as specified in the Special Provisions. 5 6 The following new sub-section is inserted after Section 6-07.3(4)A: 7 8 6-07.3(4)B Powder Coating of Galvanized Surfaces 9 Powder coating of galvanized surfaces shall conform to the following requirements: 10 11 Submittals 12 The Contractor shall submit the following information to the Engineer for approval: 13 14 1. The name, location, and contact information (mail address, phone, 15 and e-mail) for the firm performing the powder coating operation. 16 17 2. Quality control (QC) programs established and followed by the firm 18 performing the powder coating operation. Forms to document 19 inspection and testing of coatings as part of the QC program shall be 20 included in the submittal. 21 22 3. Project specific powder coating plan, including identification of the 23 powder coating materials used (and manufacturer), and specific 24 cleaning, surface preparation, pre-heating, powder coating 25 application, curing, shop and field coating repair, handling, and 26 storage processes to be taken for the assemblies being coated for 27 this project. 28 29 4. Product data and MSDS sheets for all powder coating and coating 30 repair materials. 31 32 Galvanizing 33 Prior to the galvanizing operation, the Contractor shall identify to the galvanizer the 34 specific assemblies and surfaces receiving the powder coating after galvanizing, to 35 ensure that the galvanizing method used on these assemblies is compatible with 36 subsequent application of a powder coating system. Specifically, such assemblies 37 shall neither be water-quenched, nor receive a chromate conversion coating, as 38 part of the galvanizing operation. 39 40 Galvanized Surface Cleaning and Preparation 41 Galvanized surfaces receiving the powder coating shall be cleaned and prepared 42 for coating in accordance with ASTM D 6386, and the project specific powder 43 coating plan as approved by the Engineer. 44 45 Assemblies conforming to the ASTM D 6386 definition for newly galvanized steel 46 shall receive surface smoothing and surface cleaning in accordance with ASTM D 47 6386 Section 5. and surface preparation in accordance with ASTM D 6386 Section 48 5.4.1. 49 50 Assemblies conforming to the ASTM D 6386 definition for partially weathered 51 galvanized steel shall be checked and prepared in accordance with ASTM D 6386 52 Section 6, before then receiving surface smoothing and surface cleaning in City of Renton S 3rd St& Shattuck Ave S 34 July 2009 Intersection Safety Improvements Project 1 accordance with ASTM D 6386 Section 5, and surface preparation in accordance 2 with ASTM D 6386 Section 5.4.1. 3 4 Assemblies conforming to the ASTM D 6386 definition for weathered galvanized 5 steel shall be prepared in accordance with ASTM D 6386 Section 7, before then 6 receiving surface smoothing and surface cleaning in accordance with ASTM D 7 6386 Section 5 and surface preparation in accordance with ASTM D 6386 Section "" 8 5.4.1. 9 10 The Contractor shall notify the Engineer of all surface cleaning and preparation 11 activities, and shall provide the Engineer opportunity to perform quality assurance 12 inspection, in accordance with Section 1-05.6, at the completion of surface cleaning 13 and preparation activities prior to beginning powder coating application. 14 15 Powder Coating Application and Curing 16 After surface preparation, the two component powder coating shall be applied in 17 accordance with the powder coating manufacturer's recommendations, the project 18 specific powder coating plan as approved by the Engineer, and as follows: 19 20 1. Pre-heat. The pre-heat shall be sufficient to prevent pin holes from 21 forming in the finished coating system. 22 23 2. Apply the epoxy primer coat, followed by a partial cure. 24 25 3. Apply the polyester finish coat, followed by the finish cure. 26 w. 27 Testing 28 The firm performing the powder coating operation shall conduct, or make 29 arrangements for, QC testing on all assemblies receiving powder coating for this 30 project, in accordance with the powder coating firm's QC program as documented 31 in item 2 of the Submittal subsection above. Testing may be performed on coated 32 surfaces of production fabricated items, or on a representative test panel coated 33 alongside the production fabricated items being coated. There shall be a minimum 34 of one set of tests representing each cycle of production fabricated items coated 35 and cured. Additional tests shall be performed at the request of the Engineer. 36 Repair of damaged coatings on production fabricated items shall be the "' 37 responsibility of the firm applying the powder coating, and shall be in accordance 38 with the project specific powder coating plan as approved by the Engineer. At a 39 minimum, the QC testing shall test for the following requirements: 40 41 1. Visual inspection for the presence of coating holidays, and other 42 unacceptable surface imperfections. pa. 43 44 2. Coating thickness measurement in accordance with Section 6-07.3(5). 45 The minimum thickness of the epoxy primer coating and polyester finish MN 46 coating shall be 3 mils each. 47 48 3. Hardness testing in accordance with ASTM D 3363, with the finish coat 49 providing a minimum hardness value of H. 50 51 4. Adhesion testing in accordance with ASTM D 4541 for 400 psi minimum 52 adhesion for the complete two component coating system. 60 City of Renton S 3rd St&Shattuck Ave S 35 July 2009 Intersection Safety Improvements Project 1 2 5. Powder Coating Institute (PCI) #8 recommended procedure for solvent 3 cure test. 4 5 The results of the QC testing shall be documented in a QC report, and submitted to 6 the Engineer for approval. 7 8 The Engineer shall be provided notice and access to all assemblies at the powder 9 coating facility for the purposes of Contracting Agency acceptance inspection, 10 including notice and access to witness all hardness and adhesion testing performed 11 by the firm conducting the QC testing, in accordance with Section 1-05.6. A' 12 13 Assemblies not meeting the above requirements will be subject to rejection by the 14 Engineer. Rejected assemblies shall be repaired or re-coated by the Contractor, at 15 no additional expense to the Contracting Agency, in accordance with the project 16 specific powder coating plan as approved by the Engineer until the assemblies 17 satisfy the acceptance testing requirements. 18 19 Assemblies shall not be shipped from the powder coating firm's facility to the 20 project site until the Contractor receives the Engineer's approval of the QC Report �. 21 and assembly inspection performed by the Engineer. 22 23 Coating Protection For Shipping, Storage, and Field Erection 24 After curing and acceptance, the Contractor shall protect the coated assemblies 25 with multiple layers of bubble wrap, or other protective wrapping materials specified 26 in the project specific powder coating plan as approved by the Engineer. 27 28 During storage and shipping, each assembly shall be separated from other 29 assemblies by expanded polystyrene spacers and other spacing materials specified 30 in the project specific powder coating plan as approved by the Engineer. 31 32 After erection, all coating damage due to the Contractor's shipping, storage, 33 handling, and erection operations shall be repaired by the Contractor, at no 34 additional expense to the Contracting Agency, in accordance with the project 35 specific powder coating plan as approved by the Engineer. The Contractor shall 36 provide the Engineer access to all locations of all powder coated members for 37 verification of coating conditions prior to and following all coating repairs. 38 39 6-07.3(5) Paint - Film Thickness 40 The second sentence in the first paragraph is deleted and replaced with the following: 41 42 The dry film thickness of the primer coat on faying surfaces shall not be less than 2.5 43 mils nor greater than the paint manufacturer's maximum recommended thickness. The 44 primer coat shall meet the coefficient of friction requirements of Section 6-07.3(1) and 6- 45 07.3(2)E Item 2. Top flange surfaces to be embedded in concrete shall receive a mist 46 coat. Welded shear connectors, if installed in the shop, shall not receive paint except for 47 incidental overspray. 48 City of Renton S 3rd St& Shattuck Ave S 36 July 2009 Intersection Safety Improvements Project 1 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 2 April 6, 2009 3 6-09.3(1)B Rotary Milling Machines 4 This section is revised to read: 5 6 Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and 7 conform to the requirements in Section 1-07.7. 8 9 6-09.3(1)C Hydro-Demolition Machines 10 This section is revised to read: 11 12 Hydro-demolition machines shall consist of filtering and pumping units operating in 13 conjunction with a remote-controlled robotic device, using high velocity water jets to 14 remove 1/2-inch of sound concrete with the simultaneous removal of all deteriorated 15 concrete. Hydro-demolition machines shall also clean any exposed reinforcing steel of 16 all rust and corrosion products. 17 18 6-09.3(1)D Shot Blasting Machines 19 This section is revised to read: 20 21 Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive 22 to remove 1/2-inch of sound concrete. The shot blasting machine shall vacuum and 23 store all material removed from the scarified concrete surface into a self contained unit. 24 25 6-09.3(5)A General 26 This section is supplemented with the following: 27 28 Dense, sound areas of existing bridge deck repair material shall be sufficiently scarified 29 to provide one inch minimum clearance to the top of the fresh modified concrete overlay. 30 31 6-09.3(5)E Rotomilling 32 The second sentence is revised as follows: 33 34 The operating parameters of the rotary milling machine shall be monitored in order to 35 prevent the unnecessary removal of concrete below the 1/2-inch maximum removal 36 depth. 37 38 6-09.3(6) Further Deck Preparation 39 The first sentence in the first paragraph is revised to read: 40 41 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 42 Contractor, with the Engineer, shall perform an inspection of the completed work in 43 accordance with ASTM D 4580 Method B, and the Contractor shall mark those areas of 44 the existing bridge deck that are authorized by the Engineer for further deck preparation 45 by the Contractor. 46 47 6-09.3(6)B Deck Repair Preparation 48 The second sentence in the first paragraph is revised to read: 49 City of Renton S 3rd St& Shattuck Ave S 37 July 2009 Intersection Safety Improvements Project 1 If unsound concrete exists around the top mat of steel reinforcing bars, or if the bond 2 between concrete and top mat of steel is broken, concrete shall be removed to provide 3 a 3/4-inch minimum clearance around the top mat of steel reinforcing bars. 4 5 6-09.3(6)C Placing Deck Repair Concrete 6 The first paragraph is revised to read: 7 8 Deck repair concrete for modified concrete overlays shall be either modified concrete or 9 concrete Class M as specified below. 10 11 The third paragraph is deleted. 12 13 The fourth paragraph is revised to read: 14 15 Type 1 deck repairs, defined as deck repair areas with a maximum depth of one-half the 16 periphery of the bottom bar of the top layer of steel reinforcement and not to exceed 12 17 continuous inches along the length of the bar, may be filled during the placement of the 18 concrete overlay. 19 20 This section is supplemented with the following: 21 22 Type 2 deck repairs, defined as deck repair areas not conforming to the definition of 23 Type 1 deck repairs, shall be repaired with concrete Class M and wet cured for 42-hours 24 in accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the 25 curing period, all vehicular and foot traffic shall be prohibited on the repair area. 26 27 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified 28 Concrete Overlays 29 The first sentence in the first paragraph is revised to read: 30 31 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 32 accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor 33 indicates that the concrete is ready for placement. 34 35 The third paragraph is deleted. 36 37 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 38 The following new sentence is inserted as the leading sentence in the second paragraph: 39 40 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 41 accordance with Section 6-02.3(5)D and as specified in this Section. 42 43 The third paragraph is deleted. 44 45 6-09,3(10) Overlay Profile and Screed Rails 46 This sections content is deleted. 47 48 This section is supplemented with the following new sub-sections: 49 50 6-09.3(10)A Survey of Existing Bridge Deck Prior To Scarification 51 Prior to beginning the scarifying concrete surface finish work specified under Section 6- 52 09.3(5), the Contractor shall complete a survey of the existing bridge deck(s) specified City of Renton S 3rd St&Shattuck Ave S — 38 July 2009 Intersection Safety Improvements Project 1 to receive modified concrete overlay for use in establishing the existing cross section 2 and grade profile elevations. 3 4 The Contracting Agency will provide the Contractor with primary survey control 60. 5 information consisting of descriptions of two primary control points used for the 6 horizontal and vertical control. Primary control points will be described by reference to 7 the bridge or project specific stationing and elevation datum. The Contracting Agency `IS 8 will also provide horizontal coordinates for the beginning and ending points and for each 9 Point of Intersection (PI) on each centerline alignment included in the project. The 10 Contractor shall provide the Engineer 21-calendar days notice in advance of scheduled 1110 11 concrete surface scarification work to allow the Contracting Agency time to provide the 12 primary survey control information. 13 14 The Contractor shall verify the primary survey control information furnished by the 15 Contracting Agency, and shall expand the survey control information to include 16 secondary horizontal and vertical control points as needed for the project. The 17 Contractor's survey records shall include descriptions of all survey control points, 18 including coordinates and elevations of all secondary control points. 19 20 The Contractor shall maintain detailed survey records, including a description of the 21 work performed on each shift, the methods utilized to conduct the survey, and the 22 control points used. The record shall be of sufficient detail to allow the survey to be 23 reproduced. A copy of each day's survey record shall be provided to the Engineer 24 within 3-working days after the end of the shift. The Contractor shall compile the survey 25 information in an electronic file format acceptable to the Contracting Agency (Excel 26 spreadsheet format is preferred). 27 28 Survey information collected shall include station, offset, and elevation for each lane line 29 and curbline. Survey information shall be collected at even 20-foot station intervals, and IMO 30 also at the centerline of each bridge expansion joint. The Contractor shall ensure a 31 surveying accuracy to within ± 0.01-feet for vertical control and ± 0.2-feet for horizontal 32 control. The survey shall extend 100'-0" beyond the bridge back of pavement seat. 33 34 Except for the primary survey control information furnished by the Contracting Agency, 35 the Contractor shall be responsible for all calculations, surveying, and measuring 36 required for setting, maintaining and resetting equipment and materials necessary for 37 the construction of the overlay to the final grade profile. The Contracting Agency may 38 post-check the Contractor's surveying, but these post-checks shall not relieve the 39 Contractor of responsibility for internal survey quality control. 40 41 The Contracting Agency will establish the final grade profile based on the Contractor's 42 survey, and will provide the final grade profile to the Contractor within three working 43 days after receiving the Contractor's survey information. 44 45 The Contractor shall not begin scarifying concrete surface work specified under Section .�. 46 6-09.3(5) until receiving the final grade profile from the Engineer. 47 48 6-09.3(10)B Establishing Finish Overlay Profile „o, 49 The finish grade profile shall be + 1/4 inch/- 1/8 inch from the Engineer's final grade 50 profile. The final grade profile shall be verified prior to the placement of modified 51 concrete overlay with the screed rails in place. The finishing machine shall be passed 52 over the entire surface to be overlaid and the final screed rail adjustments shall be City of Renton S 3rd St&Shattuck Ave S 39 July 2009 Intersection Safety Improvements Project 1 made. If the resultant overlay thickness is not compatible with the finish grade profile 2 generated by the Contractor's screed rail setup, the Contractor shall make profile 3 adjustments as approved by the Engineer. After the finish overlay profile has been 4 verified, changes in the finishing machine elevation controls will not be allowed. The :;. 5 Contractor shall be responsible for setting screed control to obtain the specified finish 6 grade overlay profile as well as the finished surface smoothness requirements specified 7 in Section 6-02.3(10). 8 9 Screed rails upon which the finishing machine travels shall be placed outside of the area 10 to be overlaid, in accordance with Item 7 of Section 6-09.3(2) and as approved by the 11 Engineer. Interlocking rail sections or other approved methods of providing rail 12 continuity are required. 13 14 Hold-down devices shot into the concrete are not permitted unless the concrete is to be 15 subsequently overlaid. Hold-down devices of other types leaving holes in the exposed 16 area will be allowed provided the holes are subsequently filled with a sand/cement grout 17 (sand and portland cement in equal proportions by volume). Hold-down devices shall =A 18 not penetrate the existing deck by more than 3/4-inch. 19 20 Screed rails may be removed at any time after the concrete has taken an initial set. 21 Adequate precautions shall be taken during the removal of the finishing machine and 22 rails to protect the edges of the new surfaces. 23 24 6-09.3(11) Placing Concrete Overlay 25 The first paragraph is revised to read: 26 27 Five to 10-working days prior to modified concrete overlay placement, a pre-overlay 28 conference shall be held to discuss equipment, construction procedures, personnel, and 29 previous results. Inspection procedures shall also be reviewed to ensure coordination. 30 Those attending shall include: 31 32 1. (representing the Contractor) The superintendent and all foremen in charge of 33 placing and finishing the modified concrete overlay; and 34 35 2. (representing the Contracting Agency) The Project Engineer, and key 36 inspection assistants. 37 38 If the project includes more than one bridge deck, an additional conference shall be held 39 just before placing modified concrete overlay for each subsequent bridge deck. 40 41 The Contractor shall not place modified concrete overlay until the Engineer agrees that: 42 43 1. Modified concrete overlay producing and placement rates will be high enough 44 to meet placing and finishing deadlines, 45 46 2. Finishers with enough experience have been employed, and 47 48 3. Adequate finishing tools and equipment are at the site. 49 50 6-09.3(12) Finishing Concrete Overlay 51 The fourth paragraph is revised to read: 52 City of Renton S 3rd St&Shattuck Ave S 40 July 2009 Intersection Safety Improvements Project 1 Construction dams shall be separated from the newly placed concrete by passing a 2 pointing trowel along the inside surfaces of the dams. Care shall be exercised to ensure 3 that this trowel cut is made for the entire depth and length of dams after the concrete 4 has stiffened sufficiently that it does not flow back. 5 6 6-09.5 Payment 7 The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: 8 9 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for 10 furnishing the modified concrete overlay, including the overlay material placed into Type 11 1 deck repairs in accordance with Section 6-09.3(6)C. 12 13 This section is supplemented with the following: 14 15 "Structure Surveying", lump sum. 16 The lump sum contract price for "Structure Surveying" shall be full pay to perform the 17 work as specified, including establishing secondary survey control points, performing 18 survey quality control, and recording, compiling, and submitting the survey records to 19 the Engineer. 20 21 SECTION 6-11, REINFORCED CONCRETE WALLS 22 August 4, 2008 23 6-11.3(3) Precast Concrete Wall Stem Panels 24 The first sentence in the first paragraph is revised to read: 25 26 The Contractor may fabricate precast concrete wall stem panels for construction of 27 Standard Plan Retaining Walls. 28 29 The first sentence in the second paragraph is revised to read: 30 31 The precast concrete wall stem panels shall be designed in accordance with the 32 following codes: 33 34 The first sentence in number 1. in the second paragraph is revised to read: 35 36 1. For all loads except as otherwise noted - AASHTO LRFD Bridge Design 37 Specifications, latest edition and current interims. 38 39 6-11.3(5) Backfill, Weepholes and Gutters 40 The first sentence in the first paragraph is revised to read: 41 42 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 43 accordance with the Standard Plans and Section 6-02.3(22). 44 45 SECTION 6-15, SOIL NAIL WALLS 46 January 7, 2008 47 6-15.3(8)A Verification Testing 48 The last sentence in the sixth paragraph is revised to read: 49 City of Renton S 3rd St& Shattuck Ave S 41 July 2009 Intersection Safety Improvements Project 1 The load-hold period shall start as soon as the load is applied and the nail movement 2 with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 3 6, 10, 20, 30, 40, 50, and 60 minutes. 4 eat 5 6-15.3(8)B Proof Testing 6 The fifth sentence in the third paragraph is revised to read: 7 8 If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and 9 60 minutes. 10 11 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLSx. 12 April 6, 2009 13 6-16.3(2) Submittals 14 The first paragraph is revised to read: 15 16 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all —_ 17 structural steel, including the steel soldier piles, and shall submit shop plans and 18 working drawings as specified in Section 6-17.3(3) for permanent ground anchors, to 19 the Engineer for approval. 20 21 6-16.3(4) Installing Soldier Piles 22 The second sentence in the second paragraph is revised to read: 23 24 Concrete cover over the soldier pile shall be 3-inches minimum, except that the cover 25 over the soldier pile flange plate reinforcing at permanent ground anchor locations shall 26 be 1-102 inches minimum. 27 28 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 29 This section including title is revised to read: 30 31 6-16.3(6) Designing and Installing Lagging, and Installing Permanent 32 Ground Anchors 33 Lagging for soldier pile walls shall conform to one of the following two categories: 34 35 Temporary lagging is defined as lagging that is in service as a structural member 36 for a maximum of 36 months before a permanent load carrying fascia is in place, 37 except for the following exception. Lagging for soldier pile walls in site soils 38 conforming to an excluded soil type as defined under Section 6-16.3(6)A will be 39 classified as permanent lagging conforming to Section 6-16.3(6)C, in which case 40 this requirement will be specified in the Plans along with design details for such 41 lagging. 42 43 Permanent lagging is defined as all lagging not conforming to the definition of 44 temporary lagging as specified above. 45 46 This section is supplemented with the following new sub-sections: 47 48 6-16.3(6)A Soil Classification 49 For the purposes of designing lagging for soldier pile walls, soils shall be categorized in 50 the following classifications: City of Renton S 3rd St&Shattuck Ave S 42 July 2009 Intersection Safety Improvements Project 1 2 Soil Type 1 3 The following shall be considered Type 1 soils: 4 5 1. Cohesive fine grained soils either CL or CH of medium consistency with 6 yH/Su < 5. 7 8 2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and 9 non-fissured. 10 11 3. Fine grained soils either ML or SM-ML that are above the water table. 12 13 4. Coarse grained soils either GW, GP, GM, GC, SW, SP or SM that are 14 medium dense to dense. 15 16 Soil Type 2 17 The following shall be considered Type 2 soils: 18 19 1. Cohesive fine grained soils either CL or CH that are heavily over 20 consolidated and fissured. 21 22 2. Fine grained ML soils or coarse grained SM-ML soils that are below the 23 water table. 24 25 3. Coarse grained SC soil that is medium dense to dense and is below the 26 water table. .. 27 28 4. Coarse grained soils either SW, SP or SM that are loose. 29 30 Soil Type 3 31 The following shall be considered Type 3 soils: 32 33 1. Cohesive fine grained soils either CL or CH that are soft with yH/Su > 5. 34 35 2. Fine grained slightly plastic ML soil that is below the water table. 36 37 3. Coarse grained SC soil that is loose and below the water table. 38 39 Exclusions 40 Regardless of whether site soils conform to one of the soil types defined above, site 41 soils under the following conditions are excluded from the Type 1, Type 2, and Type 42 3 soil classifications: 43 44 1. Disturbed soils such as those in landslides or known unstable areas. 45 46 2. Layered soils dipping into the excavation steeper than 4H:1 V. 47 48 Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2, 49 and Type 3 soil classifications shall be designed in accordance with the latest 50 AASHTO LRFD Bridge Design Specifications with current interim specifications. 51 Use of the table in Section 6-16.3(6)B for timber lagging in these situations will not 52 be allowed. City of Renton S 3rd St& Shattuck Ave S 43 July 2009 Intersection Safety Improvements Project 1 2 6-16.3(6)B Temporary Lagging 3 The Contractor shall design temporary lagging for all soldier pile walls. The temporary 4 lagging design shall be based on the following: 5 6 1. The AASHTO LRFD Bridge Design Specifications, latest edition with current 7 interim specifications, except that timber members used for temporary lagging 8 may be selected based on the table below. 9 10 2. The soil type as specified in the Plans or as determined from the geotechnical 11 report prepared for the project. 12 13 3. The soil pressure diagram, either as shown in the Plans or as included in the 14 geotechnical report prepared for the project, including the surcharge for 15 temporary construction load when shown in the Plans. 16 17 The Contractor shall submit the soldier pile wall lagging design working drawings and 18 supporting design calculations to the Engineer for approval in accordance with Section 19 6-01.9. The submittal shall include, but not be limited to, the following: 20 21 1. Description of the material used for the lagging, including identification of 22 applicable material specifications. 23 24 2. Installation method and sequence. 25 26 3. If the lagging material is to be removed during or after installation of the 27 permanent fascia, a description of how the lagging is removed without 28 disturbing or damaging the fascia, soldier piles, and retained soil, and a 29 description of how, and with what material, the void left by the removal of 30 lagging is to be filled. 31 32 4. For all cases, except with timber for temporary lagging, a description with 33 appropriate details of how subsurface drainage is to be accommodated, either 34 in accordance with Section 6-16.3(7) for timber lagging, Section 6-15.3(7) for 35 shotcrete facing, or other means appropriate for the geotechnical site 36 conditions and approved by the Engineer for other lagging materials. Lagging , „ 37 materials and lagging installation methods that cause the build-up of, and 38 prevent the relief of, pore water pressure will not be allowed. Free draining 39 materials are defined as those materials that exhibit a greater permeability 40 than the material being retained. 41 42 Temporary lagging may be untreated timber conforming to the Section 9-09.2 43 requirements specified under Structures for timber lagging, or another material selected 44 by the Contractor. 45 46 Timber for temporary lagging shall conform to the minimum actual thickness specified in 47 the table below for the soil type, exposed wall height, and lagging clear span as shown 48 in the Plans. 49 Minimum Actual Thickness of Timber Used As Temporary Lagging Soil Type(1) 1 1 2 2 3 3 3 Exposed 25 and Over 25 and Over 15 Over Over City of Renton S 3rd St& Shattuck Ave S 44 July 2009 Intersection Safety Improvements Project Wall Height under 25 to under 25 to and 15 to 25 (feet) 60 60 under 25 Clear Span Minimum Actual Thickness of Rough Cut Timber Lagging Of Lagging (inches) (3) (feet) 5 2 3 3 3 3 3 4 6 3 3 3 3 3 4 5 7 3 3 3 4 4 5 6 8 3 4 4 4 5 6 (2) 9 4 4 4 5 (2) (2) (2) 10 4 5 5 5 (2) (2) (2) -, 1 2 (1) Soil Type as defined in Section 6-16.3(6)A 3 ,,, 4 (2) For exposed wall heights exceeding the limits in the table above, or where 5 minimum rough cut lagging thickness is not provided, the Contractor shall 6 design the lagging in accordance with the latest AASHTO LRFD Bridge Design 7 Specifications with current interim specifications. 8 9 (3) Table modified from FHWA document "Lateral Support Systems and 10 Underpinning" (Report No. FHWA-RD-75-130) 11 12 Notwithstanding the requirements of Section 1-06.1, steel materials used by the 13 Contractor as temporary lagging may be used (second hand) provided that the use of 14 such used (second hand) steel materials shall be subject to visual inspection and 15 approval by the Engineer. For used (second hand) steel materials where the grade of 16 steel cannot be positively identified, the design stresses for the steel shall conform to "" 17 the Section 6-02.3(17)B requirements for salvaged steel, regardless of whether rivets 18 are present or not. 19 20 6-16.3(6)C Permanent Lagging 21 Permanent lagging, including timber, shall be as shown in the Plans. The use of the 22 table in Section 6-16.3(6)B for the design of timber lagging for permanent lagging will 23 not be allowed. 24 25 6-16.3(6)D Installing Lagging and Permanent Ground Anchors — 26 The excavation and removal of CDF and pumpable lean concrete for the lagging 27 installation shall proceed in advance of the lagging, and shall not begin until the CDF 28 and pumpable lean concrete are of sufficient strength that the material remains in place 29 during excavation and lagging installation. If the CDF or pumpable lean concrete 30 separates from the soldier pile, or caves or spalls from around the soldier pile, the 31 Contractor shall discontinue excavation and lagging installation operations until the CDF 32 and pumpable lean concrete is completely set. The bottom of the excavation in front of 33 the wall shall be level. Excavation shall conform to Section 2-03. 34 35 For walls without permanent ground anchors, the bottom of excavation shall not be 36 more than three feet below the bottom level of the lagging already installed, but in no 37 case shall the depth of excavation beneath the bottom level of installed lagging be such 38 to cause instability of the excavated face. For walls with permanent ground anchors, 39 the bottom of excavation shall be not more than three feet below the permanent ground 40 anchor level until all permanent ground anchors at that level are installed and stressed, 41 but in no case shall the depth of excavation beneath the permanent ground anchor level City of Renton S 3rd St& Shattuck Ave S 45 July 2009 Intersection Safety Improvements Project 1 be such to cause instability of the excavated face. Any caving that occurs during # ` 2 excavation shall be backfilled with free draining material as approved by the Engineer. 3 4 Installing, stressing, and testing the permanent ground anchors shall be in accordance 44 5 with Section 6-17 and the construction sequence specified in the Plans. 6 7 The lagging shall be installed from the top of the soldier pile proceeding downward. The 8 lagging shall make direct contact with the soil. When and where lagging is not in full 9 contact with the soil being retained, either the lagging shall be wedged back to create 10 contact or the void shall be filled with a free draining material as approved by the 11 Engineer. 12 13 When utilizing lagging in fill situations, the backfill layers shall be placed in accordance 14 with Section 2-03.3(14) except that all layers shall be compacted to 90 percent of 15 maximum density. 16 17 6-16.3(7) Prefabricated Drainage Mat 18 The first paragraph is revised to read: 19 20 For walls with concrete fascia panels, a four foot wide strip of prefabricated drainage 21 mat shall be installed full height of the concrete fascia panel, centered between soldier 22 pile flanges, unless otherwise shown in the Plans. 23 24 6-16.4 Measurement 25 The third paragraph is revised to read: 26 27 Lagging will be measured by the square foot area of lagging installed. The quantity will 28 be computed based on the vertical dimension from the highest lagging elevation to the 29 lowest lagging elevation between each pair of adjacent soldier piles as the height 30 dimension, and the center-to-center spacing of the soldier piles as the length dimension, 31 32 6-16.5 Payment 33 The third bid item and the following paragraph is revised to read: 34 35 "Lagging", per square foot. 36 37 All costs in connection with furnishing and installing lagging shall be included in the unit 38 contract price per square foot for "Lagging", including design of temporary lagging, and 39 filling voids behind the lagging with a free draining material as approved by the 40 Engineer. 41 42 SECTION 6-17, PERMANENT GROUND ANCHORS 43 January 7, 2008 44 6-17.3(8)B Performance Testing 45 The fourth sentence in the fourth paragraph is revised to read: 46 47 If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 44. 48 40, 50, and 60 minutes. 49 50 6-17.3(8)C Proof Testing 51 The fourth sentence in the second paragraph is revised to read: City of Renton S 3rd St&Shattuck Ave S 46 July 2009 Intersection Safety Improvements Project 1 2 If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 3 40, 50, and 60 minutes. 4 5 SECTION 7-02, CULVERTS 6 December 1, 2008 7 7-02.2 Materials 8 The third paragraph is revised to read: 9 10 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert 11 pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall 12 PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for 13 Schedule A or B culvert pipe. 14 15 In the chart for Culvert Pipe Schedules, for Schedule B, 15' — 25', the references in the 16 column for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC". 17 18 SECTION 7-04, STORM SEWERS 19 December 1, 2008 20 7-04.2 Materials 21 In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15' — 25', in the column for 22 PE, insert "Allowed". 23 24 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 25 April 6, 2009 26 8-01.3(1) General 27 The first sentence in the eighth paragraph is revised to read: 28 29 Erodible earth not being worked, whether at final grade or not, shall be covered within 30 the following time period, using an approved soil covering practice: 31 32 The ninth paragraph is revised to read: 33 34 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 35 continue to control erosion, pollution, and runoff during the shutdown. 36 37 8-01.3(1)C Water Management 38 Item 2. "Process Water" is supplemented with the following new first paragraph: 39 40 High pH process water or wastewater (non-stormwater) that is generated on-site, 41 including water generated during concrete grinding, rubblizing, washout, and 42 hydrodemolition activities, shall not be discharged to waters of the state. Water may be 43 infiltrated upon the approval of the Engineer. Off-site disposal of concrete process 44 water shall be in accordance with Standard Specification 5-01.3(11). 45 46 8-01.3(2)D Mulching 47 The second paragraph is supplemented with the following: 48 City of Renton S 3rd St& Shattuck Ave S 47 July 2009 Intersection Safety Improvements Project 1 Wood strand mulch shall be applied by hand or by straw blower. 2 3 8-01.3(2)E Tacking Agent and Soil Binders 4 The second sentence in the fourth paragraph is revised to read: 5 6 Pam may be reapplied on actively worked areas within a 48-hour period. 7 8 8-01.3(6)D Wattle Check Dam 9 The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 10 11 8-01.3(12) Compost Sock 12 The last paragraph is deleted. 13 14 8-01.3(13) Temporary Curb 15 The first paragraph is revised to read: 16 17 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, 18 or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. 19 20 SECTION 8-02, ROADSIDE RESTORATION :n. 21 April 7, 2008 22 8-02.3(3) Planting Area Weed Control 23 The second paragraph is deleted. 24 25 This section is supplemented with the following: 26 27 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square 28 and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be 29 installed according to the manufacturer's recommendations. 30 31 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 32 January 7, 2008 33 8-04.5 Payment 34 The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck 35 Apron Outer Cem. Conc. Curb and Gutter" are revised to read: 36 37 "Roundabout Central Island Cement Concrete Curb", per linear foot. 38 "Roundabout Truck Apron Cern. Conc. Curb and Gutter", per linear foot, 39 40 This section is supplemented with the following new bid item: 41 42 "Roundabout Truck Apron Cement Concrete Curb", per linear foot. 43 44 SECTION 8-11, GUARDRAIL 45 December 1, 2008 46 8-11.3(4) Removing Guardrail and Guardrail Anchor 47 The following is inserted after the third sentence in the first paragraph: 48 City of Renton S 3rd St& Shattuck Ave S 48 July 2009 Intersection Safety Improvements Project 1 The embedded anchors attaching guardrail posts and guardrail terminal sections 2 specified for removal to existing concrete Structures shall be removed a minimum of 3 one inch beneath the existing concrete surface. The void left by removal of the 4 embedded anchors shall be coated with epoxy bonding agent and filled with grout. The 5 epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade and 6 class as recommended by the epoxy bonding agent manufacturer and as approved by 7 the Engineer. The grout shall consist of cement and fine aggregate mixed in the 8 proportions to match the color of the existing concrete surface as near as practicable. 9 10 SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE 11 January 7, 2008 12 8-12.3(1)A Posts 13 All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 14 3 and Type 4 fences". 15 16 The first sentence in the eighth paragraph is revised to read: 17 18 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the 19 manner shown in the Standard Plans. 20 21 The tenth paragraph is revised to read: 22 23 All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap 24 designed to fit securely over the post to support the top rail. All round posts for chain 25 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. 26 The base of the top cap fitting for round posts shall feature an apron around the outside 27 of the posts. 28 29 8-12.3(1)C Tension Wire 30 This section including title is revised to read: 31 32 8-12.3(1)C Tension Wire and Tension Cable 33 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as 34 approved by the Engineer. 35 36 Tension Cables shall be installed in accordance with Section 8-25.3(5). 37 38 8-12.3(1)D Chain Link Fabric 39 The following new paragraph is inserted in front of the first paragraph: 40 41 Attach the chain link fabric after the cables and wires have been properly tensioned 42 and/or the top rail has been installed. 43 44 The third and fourth sentences in the third paragraph are revised to read: 45 46 Fastening to posts shall be with tie wire, metal bands, or other approved method 47 attached at 14-inch intervals. The top and bottom edge of the fabric shall be fastened 48 with tie wires to the top rail, and with hog rings to the tension cable or top and bottom 49 tension wires as may be applicable, spaced at 24-inch intervals. ® 50 City of Renton S 3rd St&Shattuck Ave S 49 July 2009 Intersection Safety Improvements Project 1 SECTION 8-15, RIPRAP 2 April 7, 2008 3 8-15.3(1) Excavation for Riprap 4 The second sentence of the first paragraph is revised to read: 5 6 Excavation below the level of the intersection of the slope to be protected and the $.. 7 adjacent original ground or the channel floor or slope shall be classified, measured, and 8 paid for as channel excavation or ditch excavation in accordance with Section 2-03. 9 10 8-15.4 Measurement 11 The following new paragraph is inserted to follow the fifth paragraph. 12 13 Channel excavation will be measured by the cubic yard as specified in Section 2-03. 14 15 The sixth paragraph is revised to read: 16 17 Ditch excavation will be measured by the cubic yard as specified in Section 2-03. 18 19 The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03. 20 21 8-15.5 Payment 22 The bid item "Filter Blanket" is supplemented with the following: 23 24 The unit price for "Filter Blanket" shall be full payment for all costs incurred to perform 255 the work in Section 8-15.3(7). 27 This section is supplemented with the following: 28 29 "Channel Excavation", per cubic yard. 30 "Channel Excavation Incl. Haul", per cubic yard. 31 "Ditch Excavation Incl. Haul", per cubic yard. 32 Payment for "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" 33 and "Ditch Excavation Incl. Haul" is described in Section 2-03.5. 34 35 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 36 ELECTRICAL 37 April 6, 2009 38 8-20.1 Description 39 The first paragraph is revised to read: 40 .r 41 This Work consists of furnishing, installing and field testing all materials and equipment 42 necessary to complete in place, fully functional system(s) of any or all of the following 43 types including modifications to an existing system all in accordance with approved 44 methods, the Plans, the Special Provisions and these Specifications: 45 46 1. Traffic Signal System 47 2. Illumination System 48 3. Intelligent Transportation System 49 City of Renton S 3rd St&Shattuck Ave S 50 July 2009 Intersection Safety Improvements Project 1 8-20.3(1) General 2 The following new paragraph is inserted after the fifth paragraph: 3 4 The embedded anchors attaching existing electrical, illumination, and traffic signal 5 systems specified for removal to existing concrete Structures shall be removed a 6 minimum of one inch beneath the existing concrete surface. The void left by removal of 7 the embedded anchors shall be coated with epoxy bonding agent and filled with grout. 8 The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade 9 and class as recommended by the epoxy bonding agent manufacturer and as approved 10 by the Engineer. The grout shall consist of cement and fine aggregate mixed in the 11 proportions to match the color of the existing concrete surface as near as practicable. 12 13 8-20.3(4) Foundations 14 The fifth paragraph is revised to read: 15 16 Where soil conditions are poor, the Engineer may order the Contractor to extend the 17 foundations shown in the Plans to provide additional depth. Such additional Work will 18 be paid for according to Section 1-04.4. 19 20 8-20.3(5) Conduit 21 This section is revised to read: 22 23 Installation of conduit shall conform to appropriate articles of the Code and these 24 Specifications. 25 26 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1-inch 27 electrical trade size shall not be used unless otherwise specified, except that grounding 28 conductors at service points may be enclosed in 1/2-inch diameter conduit. 29 30 Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box 31 shall be the diameter specified in the Plans. Larger size conduit is not allowed at these 32 locations. At other locations it shall be the option of the Contractor, at no expense to the 33 Contracting Agency, to use larger size conduit if desired, and where larger size conduit 34 is used, it shall be for the entire length of the run from outlet to outlet. Reducing 35 couplings will not be permitted. 36 37 The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and 38 rough edges. Field cuts shall be made square and true. Slip joints or running threads 39 will not be permitted for coupling metallic conduit; however, running threads will be 40 permitted in traffic signal head spiders and RGS outerduct. When installing rigid 41 galvanized steel conduit and standard coupling cannot be used, an approved 3-piece 42 coupling shall be used. Conduit fittings and couplings for steel conduit shall be cleaned 43 first and then painted with one coat of galvanizing repair paint Formula A-9-73. The 44 paint shall have a minimum wet film thickness of 3 mils. The painted coating shall cover 45 the entire coupling or fitting. The threads on all metallic conduit shall be rust-free, clean 46 and painted with colloidal copper suspended in a petroleum vehicle before couplings are 47 made. All metallic couplings shall be tightened so that a good electrical connection will 48 be made throughout the entire length of the conduit run. If the conduit has been moved 49 after assembly, it shall be given a final tightening from the ends prior to backfilling. Non- 50 metallic conduit shall be assembled using the solvent cement specified in Section 9- 51 29.1. Where the coating on galvanized conduit has been damaged in handling or 52 installing, such damaged areas shall be thoroughly painted with galvanizing repair paint, City of Renton S 3rd St& Shattuck Ave S 51 July 2009 Intersection Safety Improvements Project 1 Formula A-9-73. Conduit ends shall be capped (do not glue non metallic caps). Metallic -- 2 conduit ends shall be threaded and capped with standard threaded conduit caps until 3 wiring is started. When conduit caps are removed, the threaded ends shall be provided 4 with approved conduit bushings or end bells (do not glue in place) for nonmetallic 5 conduit. 6 7 Conduit stubs from controller cabinet foundations shall extend to the nearest junction 8 box in that system. 9 10 Metallic conduit bends, shall have a radius consistent with the requirements of Article 11 344.24 and other articles of the Code. Where factory bends are not used, conduit shall 12 be bent, using an approved conduit bending tool employing correctly sized dies, without 13 crimping or flattening, using the longest radius practicable. 14 15 Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. 16 Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter 17 or less. Standard sweep elbows shall be used for PVC conduit with greater than 2-inch 18 nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less 19 than 2-inch nominal diameter, pull ropes or flat tapes for wire installation shall be not 20 less than % inch diameter or width. In nonmetallic conduit of 2-inch nominal diameter or 21 larger, pull ropes or flat tapes for wire installation shall be not less than 1/2 inch diameter 22 or width. 23 24 Conduit shall be laid so that the top of the conduit is a minimum depth of: 25 26 1. 24-inches below the bottom of curb in the sidewalk area. 27 28 2. 24-inches below the top of the roadway base. 29 30 3. 48-inches below the bottom of ties under railroad tracks unless otherwise 31 specified by the railroad company. 32 33 4. 24-inches below the finish grade in all other areas. 34 35 Rigid galvanized steel conduit shall be installed at the following locations: 36 37 1. Within railroad right of way; 38 39 2. All pole risers, except when as otherwise required by owning utilities; 40 41 3. All surface mounted conduit, with the exception of electrical service utility 42 poles. 43 44 4. All runs within slip form structures. 45 46 Couplings in cabinet foundations shall,be PVC schedule 40. The stub-outs above the 47 couplings shall be PVC end bell bushings. The schedule 40 section of PVC between 48 the coupling and end bell bushing shall be installed without glue. 49 50 Conduit runs, without innerduct, installed using the directional boring method, which 51 enter the traveled way or shoulders, shall be schedule 80 high density polyethylene 52 (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. City of Renton S 3rd St&Shattuck Ave S 52 July 2009 Intersection Safety Improvements Project 1 2 Conduit runs, without innerduct, installed using the directional boring method, which do 3 not enter the traveled way and shoulders, shall be schedule 40 high density 4 polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized 5 steel. 6 7 Multi-cell conduit runs, installed outside the Traveled Way and Shoulders, when using 8 the directional boring method shall have 4-inch PVC Schedule 40 outerduct with 9 mechanical couplings or 4-inch rigid galvanized steel outerduct. The conduit shall be 10 installed with four 1-inch smooth wall innerducts. 11 12 When HDPE conduit is used for directional boring, it shall be continuous, with no joints, 13 for the full length of the bore. The conduit run shall be extended to the associated 14 outlets with the same schedule HDPE or PVC conduit. Entry into associated junction 15 box outlets shall be with the same schedule PVC conduit and elbows. The same 16 requirements apply for extension of an existing HDPE conduit crossing. 17 18 PVC conduit and elbows shall be connected to HDPE conduit with an approved 19 mechanical coupling. The connection shall have a minimum pull out strength of 700 20 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be 21 prepared with a clean, straight edge. A water based pulling lubricant may be applied to 22 the threaded end of the mechanical coupling before installation. Solvent cement or 23 epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the 24 mechanical coupling. The mechanical coupling shall be rotated until the HOPE conduit 25 seats approximately 3/4 of the distance into the threaded coupling depth. 26 27 For PVC installation through a directional bore, the PVC shall be in rigid sections 28 assembled to form a water tight bell and spigot type mechanical joint with a solid 29 retaining ring around the entire circumference of the conduit installed per the 30 manufacturer's recommendations. The conduit run shall be extended beyond the length 31 of the bore, to the associated outlets with the same mechanical coupled PVC or with 32 standard PVC conduit of the same schedule. The same requirements apply for 33 extension of an existing PVC conduit Roadway crossing. 34 35 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. 36 37 At all other locations, conduit shall be PVC or rigid galvanized steel and the same type 38 of conduit shall be used for the entire length of the run, from outlet to outlet. Standard 39 PVC conduit shall be connected with medium grade gray solvent applied per the 40 manufacturer's recommendations. 41 42 Where nonmetallic conduit is installed, care shall be used in excavating, installing, and 43 backfilling, so that no rocks, wood, or other foreign material will be left in a position to 44 cause possible damage. 45 46 When PVC conduit is installed by a method other than directional boring, conduit shall 47 be schedule 40 with the exception that PVC conduit within the traveled way or 48 shoulders and service lateral runs shall be schedule 80. 49 50 Metallic and nonmetallic conduit installation shall include equipment grounding 51 conductor and shall conform to requirements noted in the Standard Plans. City of Renton S 3rd St&Shattuck Ave S 53 July 2009 Intersection Safety Improvements Project 1 Conduit shall be placed under existing pavement by approved directional boring, jacking 2 or drilling methods, at locations approved by the Engineer. The pavement shall not be 3 disturbed unless allowed in the Plans, or with the approval of the Engineer in the event 4 obstructions or impenetrable soils are encountered. ,.. 5 6 Where boring with casing is called for the casing shall be placed using an auger inside 7 of the casing to remove the soil as the casing is jacked forward. The auger head shall 8 proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall 9 be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free 10 from grease, dirt, rust, moisture and any other deleterious contaminants. 11 12 The space between the conduit and casing shall be plugged with sand bags and a grout 13 seal 12-inches thick at each end of the casing. Casing abandoned due to an 14 encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a " 15 minimum of 4000-PSI compressive strength at 7-days. 16 17 In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal 18 the casing. 19 Material shall not be removed from the boring pit by washing or sluicing. 20 21 All joints shall be welded by a Washington State certified welder. Welding shall conform 22 to AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship. 23 24 Directional boring for electrical installations shall be supervised by a licensed electrical 25 contractor in accordance with Section 8-20.1(1). Where directional boring is called for, 26 conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall 27 be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used —. 28 to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill 29 between the conduit and tunnel. A guidance system that measures the depth, lateral 30 position and roll shall be used to guide the toolhead when creating the pilot hole. Once 31 the pilot hole is established a reamer and swivel shall be used to install the conduit. 32 Reaming diameter shall not exceed 1.5 times the diameter of the conduit being 33 installed. Conduit that is being pulled into the tunnel shall be installed in such a manner 34 so the conduit is not damaged during installation. The pullback force on the conduit shall 35 be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall 36 be used to remove any excess spoils generated during the installation. Excess drilling 37 fluid and spoils shall be disposed of. The method and location used for disposal of 38 excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid 39 returns (caused by fracturing of formations) at locations other than the entry and exit 40 points shall be minimized. Any drilling fluid that surfaces through fracturing shall be 41 cleaned up immediately. Mobile spoils removal equipment capable of quickly removing 42 spoils from entry or exit pits and areas with returns caused by fracturing shall be used 43 as necessary during drilling operations. 44 45 Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E. 46 Directional boring, and jacking or drilling pits shall be kept 2-feet from the edge of any 47 type of pavement wherever possible. Excessive use of water that might undermine the 48 pavement or soften the Subgrade will not be permitted. 49 50 When approved by the Engineer, small test holes may be cut in the pavement to locate 51 obstructions. When the Contractor encounters obstructions or is unable to install City of Renton S 3rd St& Shattuck Ave S 54 July 2009 Intersection Safety Improvements Project 1 conduit because of soil conditions, as determined by the Engineer, additional Work to 2 place the conduit will be paid in accordance with Section 1-04.4. 3 4 When open trenching is allowed, trench construction shall conform to the following: 5 6 1. The pavement shall be sawcut a minimum of 3-inches deep. The cuts shall be 7 parallel to each other and extend 2-feet beyond the edge of the trench. 8 9 2. Pavement shall be removed in an approved manner. 10 11 3. Trench depth shall provide 2-feet minimum cover over conduits. 12 13 4. Trench width shall be 4-inches or the conduit diameter plus 2-inches, 14 whichever is larger. 15 16 5. Trenches located within paved Roadway areas shall be backfilled with 17 Controlled density fill (CDF) meeting the requirements of Section 2-09.3(1)E. 18 The controlled density fill shall be placed level to, and at the bottom of the 19 existing pavement. The pavement shall be replaced with paving material that 20 matches the existing pavement. " 21 22 On new construction, conduit shall be placed prior to placement of base course 23 pavement. 24 25 Conduit terminating in foundations shall extend a maximum of 2-inches above the 26 foundation vertically including grounded end bushing or end bell. Conduit stub-outs 27 within cabinet foundations shall be placed so that they do not interfere with cabinet 28 installation. Modification of the cabinet to accommodate the stub-out placement is not 29 allowed. 30 31 Conduit entering through the bottom of a junction box shall be located near the end 32 walls to leave the major portion of the box clear. At all outlets, conduit shall enter from 33 the direction of the run, terminating 6 to 8-inches below the junction box lid and within 3- 34 inches of the box wall nearest its entry location. 35 36 Galvanized rigid steel conduit entering cable vaults shall extend 2-inches for the 37 installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable 38 vaults and pull boxes shall terminate flush with the inside walls of the Structure. All 39 conduit ends shall be terminated with termination kits. 40 41 Steel conduit entering concrete shall be wrapped in 2-inch wide pipe wrap tape with a 42 minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap 43 tape shall be installed per the manufacturer's recommendations. 44 45 lnnerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel 46 conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall 47 be terminated with end bell bushings. 48 49 Fittings shall be installed in accordance with the current electrical codes. 50 All covered underground conduit shall be cleaned with an approved sized mandrel and 51 blown out with compressed air prior to pulling wire. 52 City of Renton S 3rd St&Shattuck Ave S 55 July 2009 Intersection Safety Improvements Project 1 Conduits installed for future use shall be prepared according to this Section. After final 2 assembly in place, the conduit shall be blown clean with compressed air. Then, in the 3 presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit 4 shall be pulled through to ensure that the conduit has not been deformed. As soon as . 5 the mandrel has been pulled through, both ends of the conduit shall be sealed with 6 conduit caps. All conduits scheduled for future use shall originate in a foundation or 7 junction box as detailed in the Plans and terminate in a junction box. All equipment 8 grounding conductors, and the bonding conductor for metallic conduits shall be bonded 9 in all junction boxes in accordance with Section 8-20.3(9). 10 11 Where surface mounting of conduit is required, supports shall consist of channel with 12 clamps sized for the conduit. Support spacing shall comply with the Code, with the 13 exception that spacing of channel supports for conduit shall not exceed 5-feet. 14 15 The minimum distance between adjacent clamps and between the clamp and the end of 16 the channel supports shall be 1-inch. Channel supports shall be installed with stops, to 17 prevent clamps from sliding out of the ends. Existing conduit in place scheduled to ,. 18 receive new conductors shall have any existing conductors removed and a cleaning 19 mandrel sized for the conduit shall be pulled through. 20 21 All conduits attached to or routed within bridges, retaining walls, and other concrete 22 structures, shall be equipped with approved expansion, deflection, and or combination 23 expansion/deflection fittings at all expansion joints and at all other joints where structure 24 movement is anticipated, including locations where the Contractor, due to construction 25 method, installs expansion and/or construction joints with movement. All conduit fittings 26 shall have movement capacity appropriate for the anticipated movement of the structure 27 at the joint. Approved deflection fittings shall also be installed at the joint between the 28 bridge end and the retaining wall end, and the transition from bridge, wall or other 29 concrete structure to the underground section of conduit pipe. 30 31 Conduit runs shown in the Plans are for Bidding purposes only and may be changed, 32 with approval of the Engineer, to avoid obstructions. 33 34 Where conduit with innerduct is installed a maximum of 1000-feet of continuous open 35 trench will be allowed, unless otherwise approved by the Engineer. All conduit with 36 innerduct exposed above grade level, or on any elevated Structures, or as noted in the , . 37 Plans shall be galvanized rigid steel conduit. 38 39 Detectable underground warning tape shall be placed 12-inches above ail conduit that 40 contains fiber optic cable and all conduits identified to contain future fiber optic cable 41 unless otherwise detailed in the Plans. Detectable underground warning tape shall 42 extend 2-feet into boxes. Splicing shall be per the tape manufacturer's recommended 43 materials and procedures. The warning tape shall be polyethylene with a metallic 44 backing. The polyethylene shall have a minimum 4-mils thicknesses and be 3-inches 45 wide. The polyethylene shall be orange in color and printed in black with the words 46 conveying message of Fiber Optic Cable Buried Below. 47 48 Location 14 AWG stranded orange USE insulated wire shall be placed in continuous 49 lengths directly above all non metallic conduit that contains fiber optic cable and all 50 conduits identified to contain future fiber optic cable unless otherwise detailed in the 51 plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at City of Renton S 3rd St& Shattuck Ave S 56 July 2009 Intersection Safety Improvements Project 1 the entrance and exit points of all boxes. Splices shall be crimped using a non-insulated 2 butt splice, soldered and covered with moisture blocking heat shrink. 3 4 After final assembly in place, all innerducts shall be blown clean with compressed air. 5 Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the 6 innerduct, shall be pulled through to ensure that the conduit has not been deformed. As 7 soon as the mandrel has been pulled through, a 200-lb. minimum tensile strength pull 8 string shall be installed in each innerduct and attached to duct plugs at both ends of the 9 innerduct. 10 11 At all innerduct conduit terminus points, including those in cable vaults and pull boxes, 12 removable and reusable mechanical plugs shall be employed as follows: 13 14 1. Outerduct conduits shall be plugged using a quadplex expansion plug inside 15 the conduit around the innerduct. 16 17 2. Duct plugs shall be installed in all unused innerducts (those that are specified 18 as empty) at the time of conduit installation. 19 20 3. Duct plugs shall be installed in all used innerducts (as specified in the Plans) at 21 the time of conduit installation, unless cable pulling for those innerducts will 22 commence within 48-hours. 23 24 Innerduct containing 1-cable shall be plugged using an expandable split plug. 25 Innerducts with multiple cables shall be sealed with self-expanding waterproof foam. 26 The waterproof foam shall not be placed more than 2-inches into the innerduct. 27 28 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 29 The third paragraph is revised to read: 30 31 Adjustments involving raising or lowering the junction boxes shall require conduit 32 modification if the resultant clearance between the top of the conduit and the junction 33 box lid becomes less than 6-inches or more than 10-inches in accordance with the 34 Plans. 35 36 8-20.3(8) Wiring 37 The following new paragraph is inserted after the third paragraph: 38 39 All termination for traffic signal control systems shall follow the conductor sequence 40 color code as shown in the following table. 41 Conductor Color Code Color Trace Use Number 1 R Red Red or Don't Walk 2 0 Orange Yellow or Spare 3 G Green Green or Walk 4 W White Neutral 5 B Black Ped Call or City of Renton S 3rd St& Shattuck Ave S 57 July 2009 Intersection Safety Improvements Project Spare 6 Wb White/Black Neutral or Spare 7 BI Blue Ped Call or Spare 8 Rb Red/Black Red or Don't Walk 9 Ob Orange/Black Yellow or Spare 10 Gb Green/Black Green or Walk 1 2 3 The first sentence in the fifth paragraph is deleted and replaced with the following: 4 5 Quick disconnect connectors shall be installed in the base of all poles supporting a 6 luminaire. Every conductor above ground potential shall be served by a fused quick "` 7 disconnect kit. Every conductor at ground potential shall be served by an unfused quick 8 disconnect kit. 9 10 The sixth paragraph is revised to read: 11 12 Pole and bracket cable meeting the requirements of Section 9-29.3(2)D shall be ,.. 13 installed between the quick disconnects and the luminaire and between the sign light 14 hand hole and the isolation switch. In addition the conductors from the isolation switch 15 and the sign light shall be minimum AWG 14 meeting the requirements of Section 9- 16 29.3(2)A or 9-29.3(2)B. Pole and bracket cable jacket shall be removed from the quick 17 disconnect to within 2-inches below the support bracket clamp. 18 19 8-20.3(9) Bonding, Grounding 20 The second sentence in the second paragraph is revised to read: 21 22 Bonding jumpers and equipment grounding conductors meeting the requirements of 23 Section 9-29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. 24 25 8-20.3(13)D Sign Lighting 26 This section is revised to read: 27 28 Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and 29 other material required to make the sign lighting system operable. Sign illumination 30 fixtures shall be fused according to the table in Section 9-29.7. 31 32 8-20.3(13)E Sign Lighting Luminaires 33 The first paragraph is deleted. 34 35 8-20.4 Measurement 36 The first paragraph is revised to read: 37 38 When shown as lump sum in the Plans or in the Proposal as illumination, intelligent 39 transportation, or traffic signal system no specific unit of measurement will apply, but 40 measurement will be for the sum total of all items for a complete system to be furnished 41 and installed. City of Renton S 3rd St& Shattuck Ave S 58 — July 2009 Intersection Safety Improvements Project tow 1 2 8-20.5 Payment 3 The bid item "Traffic Data Accumulation and Ramp Metering System _" is deleted and 4 replaced with the following: 5 6 "Intelligent Transportation System ", lump sum. 7 tio 8 The first sentence of the paragraph following the bid item "Traffic Signal System_" lump 9 sum, is revised to read: 10 11 The lump sum Contract price for "Illumination System, ", "Traffic Signal System 12 ", "Intelligent Transportation System ", shall be full pay for the construction of 13 the complete electrical system, modifying existing systems, or both, including sign 14 lighting systems, as described above as shown in the Plans and herein specified 15 including excavation, backfilling, concrete foundations, conduit, wiring, restoring 16 facilities destroyed or damaged during construction, salvaging existing materials, and 17 for making all required tests. via 18 19 SECTION 8-21, PERMANENT SIGNING 20 December 1, 2008 21 8-21.3(4) Sign Removal 22 The following two new paragraphs are inserted after the first sentence in the first paragraph: 23 24 Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted 25 sign brackets, and any other sign mounting structure shown in the Plans to be removed "" 26 by the Contractor. 27 28 The embedded anchors attaching signs and sign Structures specified for removal to 29 existing concrete Structures shall be removed a minimum of one inch beneath the 30 existing concrete surface. The void left by removal of the embedded anchors shall be 31 coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall 32 be Type II conforming to Section 9-26.1 with the grade and class as recommended by 33 the epoxy bonding agent manufacturer and as approved by the Engineer. The grout 34 shall consist of cement and fine aggregate mixed in the proportions to match the color 35 of the existing concrete surface as near as practicable. 36 37 8-21.3(9)F Bases 38 This section including title is revised to read: 39 40 8-21.3(9)F Foundations 41 The excavation and backfill shall be in conformance with the requirements of Section 2- 42 09.3(1)E. Where obstructions prevent construction of planned foundations, the 43 Contractor shall construct an effective foundation satisfactory to the Engineer. 44 ""` 45 The bottom of concrete foundations shall rest on firm ground. If the portion of the 46 foundation beneath the existing ground line is formed or cased instead of being cast 47 against the existing soil forming the sides of the excavation, then all gaps between the IMP 48 existing soil and the completed foundation shall be backfilled and compacted in 49 accordance with Section 2-09.3(1)E. 50 City of Renton S 3rd St&Shattuck Ave S 59 July 2009 Intersection Safety Improvements Project +rr 1 Foundations shall be cast in one operation where practicable. The exposed portions 2 shall be formed to present a neat appearance. Class 2 surface finish shall be applied to 3 exposed surfaces of concrete in accordance with the requirements of Section 6- 4 02.3(14)B. 5 6 Where soil conditions are poor, the Engineer may order the Contractor to extend the 7 foundations shown in the Plans to provide additional depth. Such additional work will be 8 paid for according to Section 1-04.4. 9 10 Forms shall be true to line and grade. Tops of foundations for roadside sign structures 11 shall be finished to ground line, unless otherwise shown in the Plans or directed by the 12 Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be 13 finished to the elevation shown in the Plans. 14 15 Both forms and ground which will be in contact with the concrete shall be thoroughly 16 moistened before placing concrete; however, excess water in the foundation excavation 17 will not be permitted. Forms shall not be removed until the concrete has set at least 18 three days. All forms shall be removed, except when the Plans or Special Provisions 19 specifically allow or require the forms or casing to remain. 20 21 Foundation concrete shall conform to the requirements for the specified class, be cast- 22 in-place concrete and be constructed in accordance with Section 6-02.2 and 6-02.3. 23 24 Sign structures shall not be erected on concrete foundations until foundations have 25 attained a compressive strength of 2,400 psi. 26 27 In addition to the basic requirements, sign bridges and cantilever sign structures shall 28 be installed in accordance with the following: 29 30 1. Tops of foundations for sign bridges and cantilever sign structures shall be 31 finished to the elevation shown in the Plans. 32 33 2. Steel reinforcing bars shall conform to Section 9-07. 34 35 3. Concrete shall be Class 4000, except as otherwise specified. Where water is 36 present in the shaft excavations for Type 1 foundations for sign bridges and 37 cantilever sign structures, the shaft concrete shall be Class 4000P placed in 38 accordance with Section 6-02.3(6)B. 39 40 4. All bolts and anchor bolts shall be installed so that two class full threads extend R' 41 beyond the top of the top heavy-hex nut. Anchor bolts shall be installed plumb, 42 plus or minus 1 degree. 43 44 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished 45 by adjusting leveling nuts. Shims or other similar devices for plumbing or 46 raking will not be permitted. 47 48 6. The top heavy-hex nuts of sign bridges and cantilever sign structures shall be 49 tightened in accordance with Section 6-03.3(33), and by the Turn-Of-Nut 50 Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug 51 tight. Permanent marks shall be set on the base plate and nuts to indicate nut 52 rotation past snug tight. City of Renton S 3rd St&Shattuck Ave S 60 July 2009 Intersection Safety Improvements Project 1 2 In addition to the basic requirements, roadside sign structures shall be installed in 3 accordance with the following: 4 5 1. Tops of foundations shall be finished to final ground line, unless otherwise 6 shown in the Plans or staked by the Engineer. 7 t.' 8 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement 9 shall conform to the requirements of Section 9-07. 10 11 3. Concrete shall be Class 3000. 12 13 4. The assembly and installation of all Type TP —A or B bases for roadside sign 14 structures shall be supervised at all times by either a manufacturer's 15 representative or an installer who has been trained and certified by the 16 manufacturer of the system. If the supervision is provided by a trained 17 installer, a copy of the installer certification shall be provided to the Engineer 18 prior to installation. 19 20 5. For all Type—A or B bases the Contractor shall attach four female anchors to a "' 21 flat rigid template following the manufacturer's recommendations. The 22 Contractor shall lower the anchor assembly into fresh concrete foundation and 23 vibrate into position such that the tops of the anchor washers are flush with the 24 finished top surface of the foundation. The Contractor shall support the 25 template such that all anchors are level and in their proper position. 26 IMO 27 Slip base and hinge connection nuts of roadside sign structures shall be tightened using 28 a torque wrench to the torque, and following the procedure, specified in the Standard 29 Plans. 30 31 8-21.3(10) Vacant 32 This section is revised to read: 33 34 8-21.3(10) Sign Attachment 35 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be 36 attached or mounted to sign posts or sign structures as shown in the Standard Plans. 37 38 Signs not conforming to the above, including all variable message sign (VMS) 39 assemblies and other message board type assemblies, shall be attached or mounted to 40 sign posts or sign structures by means of positive connections - defined as through- 41 bolted connections. The use of clips or clamps to accomplish the attachment or 42 mounting of such signs and assemblies is prohibited. 43 44 8-21.3(12) Steel Sign Posts 45 This section is revised to read: O' 46 47 For roadside sign structures on Type — A or B bases, the Contractor shall use the 48 following procedures and manufacturer's recommendations: +M. 49 50 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all 51 Type — A or B bases shall be tightened using the Turn-Of-Nut Tightening Ili/ 52 Method to a maximum rotation of 1/2 turn past snug tight. City of Renton S 3rd St&Shattuck Ave S 61 July 2009 Intersection Safety Improvements Project 1 2 2. The Contractor shall shim as necessary to plumb the steel sign posts. 3 4 For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use 5 the following procedures: 6 7 1. The Contractor shall assemble the steel sign post to stub post with bolts and 8 flat washers as shown in the Standard Plans. �x 9 10 2. Each bolt be tightened using a torque wrench to the torque, and following the 11 procedures specified in the Standard Plans. 12 13 SECTION 8-22, PAVEMENT MARKING 14 April 6, 2009 15 8-22.3(2) Preparation of Roadway Surfaces 16 This section is revised to read: 17 18 All surfaces shall be dry, free of any loose debris and within the proper temperature 19 range prior to striping. When required by the pavement marking manufacturer's 20 installation instructions, remove pavement markings from pavement surfaces that will 21 adversely affect the bond of new pavement marking material to the roadway surface 22 according to Section 8-22.3(6). 23 24 Remove all other contaminants from pavement surfaces that may adversely affect the 25 installation of new pavement markings by sandblasting, shot-blasting, or sweeping. Air 26 blast the pavement with a high-pressure system to remove extraneous or loose 27 material. 28 29 Apply materials to new HMA that is sufficiently cured according to the manufacturer's 30 recommendations. Typically, Type D material applied to new HMA pavement requires a 31 pavement cure period of 21 days. This cure period may be reduced if the manufacturer 32 performs a successful bond test and approves the reduction of the pavement cure 33 period. 34 35 For new Portland Cement Concrete surfaces remove curing compounds and laitance by 36 an approved mechanical means. Air blast the pavement with a high-pressure system to 37 remove extraneous or loose material. Apply materials to concrete that has reached a 38 minimum compressive strength of 2,500 psi and that is sufficiently cured according to 39 the manufacturer's recommendations. Typically, Type D material applied to Portland 40 cement concrete pavement requires a pavement cure period of 28 days. This cure 41 period may be reduced if the manufacturer performs a successful bond test and 42 approves the reduction of the pavement cure period. 43 44 After the pavement surface is clean and dry, apply primer as recommended by the 45 manufacturer to the area receiving the pavement markings. Apply the primer in a 46 continuous, solid film according to the recommendations of the primer manufacturer and 47 the pavement markings manufacturer. 48 49 8-22.3(3) Marking Application 50 The content of this section is deleted. This section is supplemented with the following new 51 sub-sections: :., City of Renton S 3rd St& Shattuck Ave S 62 July 2009 Intersection Safety Improvements Project 1 2 8-22.3(3)A Marking Colors 3 Lane line and right edge line shall be white in color. Center line and left edge line shall 4 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 5 Standard Plans. 6 7 8-22.3(3)B Line Patterns 8 Solid line—a continuous line without gaps. 9 10 Broken line—a line consisting of solid line segments separated by gaps. 11 12 Dotted line — a broken line with noticeably shorter line segments separated by 13 noticeably shorter gaps. 14 15 8-22.3(3)C Line Surfaces 16 Flat Lines — Pavement marking lines with a flat surface. 17 18 Profiled Marking —A profiled pavement marking is a marking that consists of a base line 19 thickness and a profiled thickness which is a portion of the pavement marking line that is 20 applied at a greater thickness than the base line thickness. Profiles shall be applied 21 using the extruded method in the same application as the base line. The profiles may 22 be slightly rounded provided the minimum profile thickness is provided for the length of 23 the profile. See the Standard Plans for the construction details. 24 25 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 26 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 446 27 the construction details. 28 29 8-22.3(3)D Line Applications 30 Surface line — a line constructed by applying pavement marking material directly to the 31 pavement surface or existing pavement marking. 32 33 Grooved line —A line constructed by grinding or saw cutting a groove into the pavement 34 surface and spraying, extruding or gluing pavement marking material into the groove. 35 Groove depth is measured vertically from the bottom of a 2-foot or longer straight edge 36 placed on the roadway surface to the ground surface. The groove depth is dependent 37 upon the material used, the pavement surface and location. See these Standard 38 Specifications, the project Plans and Special Provisions. 39 40 8-22.3(3)E installation 41 Apply pavement marking materials to clean dry pavement surfaces and according to the 42 following: 43 44 1. Place material according to the manufacture's recommendations; 45 2. Place parallel double lines in one pass; 46 3. The top of pavement marking shall be smooth and uniform; 47 4. Line ends shall be square and clean; 48 5. Place pavement marking lines parallel and true to line; and, 49 6. Place markings in proper alignment with existing markings. 50 51 When applying paint, Type A or Type C material, ensure that both the pavement surface 52 and the air temperature at the time of application are not less than 50°F and rising. City of Renton S 3rd St& Shattuck Ave S 63 July 2009 Intersection Safety Improvements Project 1 When applying Type B or Type D material, ensure that both the pavement surface and 2 the air temperature at the time of application are not less than 40°F and rising. 3 4 Ensure that the Type A thermoplastic material meets the manufacturers temperature 5 specifications when it contacts the pavement surface. 6 7 Two applications of paint will be required to complete all paint markings. The second 8 application of paint shall be squarely on top of the first pass. The time period between 9 paint applications will vary depending on the type of pavement and paint (low VOC 10 waterborne, high VOC solvent, or low VOC solvent) as follows: 11 Pavement Type Paint Type Time Period Bituminous Surface Low VOC Waterborne 4-hours min., Treatment 48-hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4-hours min., 30-days max. Cement Concrete Low VOC Waterborne 4-hours min., Pavement 30-days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30-days max. Cement Concrete High and Low VOC Solvent 40 min. min., Pavement 30-days max. 12 13 14 Centerlines on 2-lane Highways with broken line patterns, paint or plastic, shall be 15 applied in the increasing mile post direction so they are in cycle with existing broken line 16 patterns at the beginning of the project. Broken line patterns applied to multi-lane or 17 divided Roadways shall be applied in cycle in the direction of travel. 18 19 Where paint is applied on centerline on two-way roads with bituminous surface 20 treatment or centerline rumble strips, the second paint application shall be applied in the 21 opposite (decreasing mile post) direction as the first application (increasing mile post) 22 direction. This will require minor broken line pattern corrections for curves on the 23 second application. 24 25 8-22.3(3)F Application Thickness 26 Pavement markings shall be applied at the following base line thickness measured above 27 the pavement surface or above the groove bottom for grooved markings in thousandths of 28 an inch (mils): 29 Marking Material Application HMA PCC BST Groove Depth Paint-first coat spray 10 10 10 Paint- second coat spray 15 15 15 Type A- flat/transverse & symbols extruded 125 125 125 Type A- flat/long line & symbols spray 90 90 120 City of Renton S 3rd St&Shattuck Ave S 64 July 2009 Intersection Safety Improvements Project Type A- with profiles extruded 90 90 120 Type A- embossed extruded 160 160 160 Type A- embossed with profiles extruded 160 160 160 Type A— grooved/flat/long line extruded 230 230 230 250 Type B - flat/transverse & symbols heat 125 125 125 fused Type C-2 - flat/transverse & symbols adhesive 90 90 NA Type C-1 & 2 - flat/long line adhesive 60 60 NA Type C-1 - grooved/flat/long line adhesive 60 60 NA 100 Type D -flat/transverse & symbols spray 120 120 120 Type D - flat/transverse & symbols extruded 120 120 120 Type D - flat/long line spray 90 90 120 Type D - flat/long line extruded 90 90 120 Type D - profiled/long line extruded 90 90 120 Type D —grooved/flat/long line extruded 230 230 230 250 1 2 3 Liquid pavement marking material yield per gallon depending on thickness shall not 4 exceed the following: a 5 Mils thickness Feet of 4" Square feet/gallon line/gallon 10 483 161 15 322 108 A 18 268 89 20 242 80 22 220 73 24 202 67 30 161 54 40 122 41 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 6 7 8 Solid pavement marking material (Type A) yield per 50-pound bag shall not exceed the 9 following: 10 Mils thickness Feet of 4" line/50# bag Square feet/50# bag 46610 City of Renton S 3rd St& Shattuck Ave S 65 July 2009 Intersection Safety Improvements Project 30 - flat 358 120 45 - flat 240 80 60 - flat 179 60 90 - flat 120 40 90 - flat with profiles 67 23 120 - flat 90 30 120 - flat with profiles 58 20 125 - embossed 86 29 125 - embossed with 58 20 profiles 230- flat grooved 47 15 1 2 3 All grooved lines shall be applied into a groove cut or ground into the pavement. For 4 Type A or Type D material the groove shall be cut or ground with equipment to produce 5 a smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut 6 with equipment to produce a smooth bottom square groove with a width in accordance 7 with the material manufacturer's recommendation. After grinding, clean the groove by 8 shot blasting or a method approved by Engineer. Immediately before placing the 9 marking material clean the groove with high pressure air. 10 11 8-22.3(3)A Glass beads 12 This section is renumbered as follows: 13 14 8-22.3(3)G Glass Beads 15 16 The second sentence in the second paragraph is revised to read: 17 18 For plastic pavement markings, glass bead type and application rate shall be as 19 recommended by the marking material manufacturer. 20 21 8-22.3(4) Tolerances for Lines 22 This section is revised to read: 23 24 Allowable tolerances for lines are as follows: 25 26 Length of Line — The longitudinal accumulative error within a 40-foot length of broken 27 line shall not exceed plus or minus 1-inch. The broken line segment shall not be less 28 than 10 feet. 29 30 Width of Line — The width of the line shall not be less than the specified line width or 31 greater than the specified line width plus 1/4-inch 32 33 Lane Width — the lane width, which is defined as the lateral width from the edge of 34 pavement to the center of the lane line or between the centers of successive lane lines, 35 shall not vary from the widths shown in the Contract by more than plus or minus 4- 36 inches. — City of Renton S 3rd St& Shattuck Ave S 66 July 2009 Intersection Safety Improvements Project 1 2 Thickness — a thickness tolerance not exceeding plus 10-percent will be allowed for 3 thickness or yield in paint and plastic material application. 4 5 Parallel Lines —the gap tolerance between parallel lines is plus or minus 1/2-inch. 6 7 8-22.3(5) Plastic Installation Instructions 8 This section's title is revised to read: 9 10 8-22.3(5) Installation Instructions 11 12 The following new sentences are inserted to follow the first sentence: 13 14 The instructions shall include equipment requirements, approved work methods and 15 procedures, material application temperature range, air and pavement surface 16 temperature requirements, weather limitations, precautions, and all other requirements 17 for successful application and material performance. Do not use materials with 18 incomplete or missing instructions. 19 20 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS 21 April 6, 2009 22 23 8-23.3(2) Beading and Tolerances 24 This section's content is deleted. This section's title is revised to read: 25 26 8-23.3(2) Marking Application 27 28 This section is supplemented with the following new sub-sections: 29 30 8-23.3(2)A Temporary Pavement Marking Paint 31 Paint used for temporary pavement markings shall be applied in one application at a 32 thickness of 15-mils or 108-square feet per gallon. Glass beads shall be in accordance 33 with Section 8-22.3(3)G. 34 35 8-23.3(2)B Temporary Pavement Marking Tape 36 Surface preparation and application of temporary pavement marking tape shall be in 37 conformance with the manufacturer's recommendations. 38 39 8-23.3(2)C Temporary Raised Pavement Markers 40 Surface preparation and application of temporary flexible raised pavement markers shall 41 be in conformance with the manufacturer's recommendations. When temporary flexible 42 raised pavement markers are used for bituminous surface treatment operations, the 43 markers shall be installed with the protective cover in place. The cover shall be 44 removed after spraying asphaltic material. 45 46 Application of temporary raised pavement markers (other than temporary flexible raised 47 pavement markers) shall conform to the requirements of Section 8-09.3. 48 49 8-23.3(2)D Tolerance for Lines 50 Tolerance for lines shall conform to Section 8-22.3(4) 51 City of Renton S 3rd St&Shattuck Ave S 67 July 2009 Intersection Safety Improvements Project 1 SECTION 8-25, GLARE SCREEN 2 January 7, 2008 3 8-25.3(1) Glare Screen Fabric 4 The second sentence in the second paragraph is revised to read: 5 6 Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands , e 7 spaced at 1-foot intervals. 8 9 The fourth sentence in the second paragraph is revised to read: 10 11 Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or 12 other approved methods, attached at 14-inch intervals. 13 14 8-25.3(5) Tension Cables 15 The following new paragraph is inserted in front of the first paragraph: 16 17 Fasten the tension cables after the posts have been installed and those set in concrete 18 have sufficiently cured. 19 . 20 The second sentence in the second paragraph is revised to read: 21 22 The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or 23 brace posts with a short length of cable as shown in the Standard Plans. 24 25 This section is supplemented with the following: 26 27 Attach U-bolt wire rope clips to the cable ends by placing the base (saddle) of the clip 28 against the live end of the cable, while the "U" of the bolt presses against the dead end. 29 Two clips shall be used per end, spaced a minimum of six cable diameters apart with a 30 wire rope thimble placed securely in the loop eye to prevent kinking. 31 32 8-25.3(6) Fittings, Attachments and Hardware 33 The first paragraph is deleted. 34 35 The second paragraph is revised to read: 36 37 A galvanized iron strap 1/4-inch in thickness by 2-inches in width, formed as shown in 38 the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to 39 the base and top of the H column posts in order to take the strain of the cable tension 40 off the web of the H column. The straps are required between any tension cable fitting 41 and the H column, one per side, unless the screen post is mounted to a guardrail post, 42 then a strap is only required on the outside (nut side) face. The straps are only required 43 at tension cable attachment locations. 44 45 SECTION 9-02, BITUMINOUS MATERIALS 46 April 6, 2009 47 9-02.1 Asphalt Material, General 48 This section is supplemented with the following: City of Renton S 3rd St& Shattuck Ave S 68 July 2009 Intersection Safety Improvements Project 1 2 The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic 3 Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT 4 QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and 5 Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by 6 the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP 7 to be submitted. The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall 8 certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the 9 Specification requirements of the Contract. 10 11 9-02.1(4)A Quality Control Plan 12 This section including title is revised to read: 13 14 9-02.1(4)A Vacant 15 16 SECTION 9-03, AGGREGATES 17 April 6, 2009 18 9-03.1(1) General Requirements 19 The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted. 20 21 The following new paragraph is inserted after the sixth paragraph: 22 23 The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 24 may be approved for use for aggregates with expansions greater than or equal to 0.21 25 percent. The Contractor shall submit test results according to ASTM C 1567 through the 26 Project Engineer to the State Materials Laboratory that demonstrate that the proposed 27 fly ash when used with the proposed aggregates and portland cement will control the 28 potential expansion to 0.20 percent or less before the fly ash and aggregate sources 29 may be used in concrete. The Contracting Agency may test the proposed ASR 30 mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting 31 Agency's results will prevail. 32 33 9-03.8(7) HMA Tolerances and Adjustments 34 The third sentence in the second paragraph under (1.), (Beginning with: The tolerance limits 35 on sieves...) is deleted. 36 37 9-03.17 Foundation Material Class A and Class B 38 This section is revised to read: 39 40 Foundation material Class A and Class B shall conform to the following gradations: 41 Percent Passing Sieve Size Class A Class B 2'/z' square 98-100 95-100 2" square 92-100 75-100 11/2" square 72-87 30-60 3/" square 27-47 0-5 City of Renton S 3rd St&Shattuck Ave S 69 July 2009 Intersection Safety Improvements Project %" square 3-14 --- U.S. No. 4 0-5 --- 1 All percentages are by mass. 2 3 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 4 December 1, 2008 5 9-04.1(2) Premolded Joint Filler for Expansion Joints 6 This section is revised to read: 7 8 Premolded joint filler for use in expansion (through) joints shall conform to either 9 AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete 10 Paving and Structural Construction" except the requirement for water absorption is 11 deleted, or ASTM D 7174 Specifications for "Preformed Closed-Cell Polyolefin 12 Expansion Joint Fillers for Concrete Paving and Structural Construction." 13 14 9-04.2(1) Hot Poured Joint Sealants 15 This section is revised to read: 16 17 Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except 18 that the Cone Penetration at 25°C shall be 130 max. Hot poured joint sealants shall be 19 sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D -- 20 5329. The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash 21 Point of 205°C in accordance with AASHTO T 48 22 23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 24 April 6, 2009 25 9-06.5(3) High Strength Bolts 26 Paragraphs one through four are revised to read as follows: 27 28 High-strength bolts for structural steel joints shall conform to either AASHTO M 164 29 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special 30 Provisions. 31 32 Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi 33 shall be tested for embrittlement. Embrittlement testing shall be conducted after 34 galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 35 Certificate of Compliance for the lot provided shall show the ultimate tensile strength 36 test results. 37 38 Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 39 bolts shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a 40 minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special 41 Provisions. 42 43 Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 44 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. 45 46 Nuts for high strength bolts shall meet the following requirements: SNP City of Renton S 3rd St&Shattuck Ave S 70 July 2009 Intersection Safety Improvements Project 1 2 AASHTO M 164 Bolts 3 Black Type 1 AASHTO M 291 Grade C, C3, DH and DH3 4 AASHTO M 292 Grade 2H 5 Black weathering Type 3 AASHTO M 291 Grade C3 and DH3 6 Galvanized Type 1 AASHTO M 291 Grade DH 7 AASHTO M 292 Grade 2H 8 9 AASHTO M 253 Bolts 10 Black Type 1 AASHTO M 291 Grade DH, DH3 11 AASHTO M 292 Grade 2H 12 Black weathering Type 3 AASHTO M 291 Grade DH3 13 14 9-06.13 Copper Seals 15 This section including title is revised to read: 16 17 9-06.13 Vacant 18 19 9-06.16 Roadside Sign Structures 20 This section is revised to read: 21 22 All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M 23 164 and Section 9-06.5(3). All connecting hardware shall be galvanized after fabrication 24 in accordance with AASHTO M 232. 25 26 Posts for single post sign structures shall meet the requirements of ASTM A 500 Grade 27 B or ASTM A 53 Grade B, Type E or S. 28 29 Posts for perforated square steel posts shall meet the requirements of ASTM A 653 30 Grade 50. Perforated square steel posts shall be finished in accordance ASTM A 653 31 G90 Structural Quality Grade 50 or ASTM A 653 G140. 32 33 Slip bases (SB1, SB2, and SB3) for perforated square steel posts shall conform to the 34 following: 35 36 Plates ASTM A 572 37 Casting (SB3) ASTM A 536 Grade 65-45-12 and ASTM A 153 38 Tubing ASTM A 500 Grade B 39 Angle Iron (SB1) ASTM A 36 40 41 Except as noted otherwise, the slip bases (SB1, SB2, and SB3) for perforated square 42 steel posts shall be hot dipped galvanized. 43 44 The heavy duty anchor used for perforated square steel posts (ST-4) shall meet the 45 requirements of ASTM A 500 Grade B and shall be hot dipped galvanized. 46 47 Wide flange steel or solid square steel posts for multiple post sign structures shall 48 conform to either ASTM A 36 or ASTM A 992. Posts conforming to either ASTM A 588 or 49 ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and 50 ASTM A 992 posts. All steel not otherwise specified shall conform to either ASTM A 36 51 or ASTM A 992. 52 City of Renton S 3rd St&Shattuck Ave S 71 July 2009 Intersection Safety Improvements Project 1 Except as noted otherwise all steel, including posts, base plates, and base stiffeners, 2 shall be galvanized after fabrication in accordance with AASHTO M111. 3 4 Base connectors for multiple directional steel breakaway posts shall conform to the 5 following: 6 7 Brackets Aluminum Alloy 6061 T-6 8 Bosses for Type TPB Brackets ASTM A 582 9 Anchor Ferrules Type 304 stainless steel for threaded portion. 10 AISI 1045 steel rod and AISI 1008 coil for 11 cage portion. 12 13 Anchor couplings for multiple directional steel breakaway posts shall conform to AMS 14 6378D with a tensile breaking strength range as follows: 15 16 Type TPA 17,000 to 21,000 lb. 17 Type TPB 47,000 to 57,000 lb. 18 19 For multi-directional breakaway base connectors, shims shall conform to ASTM A 653, 20 SS Grade 33, Coating Designation G 165. 21 22 SECTION 9-07, REINFORCING STEEL 23 April 6, 2009 24 9-07.3 Epoxy Coated Steel Reinforcing Bars 25 The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 706. 26 27 9-07.10 Prestressing Reinforcement Strand 28 The first sentence in the fourth paragraph is revised to read: 29 4866, 30 For every 5 reels furnished, one sample, not less than 5%-feet long, shall be sent to the 31 Engineer for testing. 32 33 9-07.11 Prestressing Reinforcement Bar 34 The fifth and sixth paragraphs are revised to read: 35 36 The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance 37 with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's 38 Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers 39 confirming compliance with the specified strength requirement. 40 41 For each heat of steel for high-strength steel bar, the Contractor shall submit two 42 samples, each not less than 5% -feet long, to the Engineer for testing. 43 44 SECTION 9-08, PAINTS 45 April 6, 2009 46 9-08.2 Paint Formulas — General 47 The following new sub-sections are inserted after this section. 48 City of Renton S 3rd St& Shattuck Ave S 72 July 2009 Intersection Safety Improvements Project 1 9-08.2(1) Pigmented Sealer Materials for Coating of Concrete Surfaces 2 The pigmented sealer shall be a semi-opaque colored toner containing only methyl 3 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in solution at 4 all times by a chemical suspension agent, and solvent. Toning pigments shall be 5 laminar silicates, titanium dioxide and inorganic oxides only. There shall be no settling 6 or color variation. Use of vegetable or marine oils, paraffin materials, stearates or 7 organic pigments in any part of coating formulation will not be permitted. The 8 Contractor shall submit a one-quart wet sample, a draw down color sample and 9 spectrophotometer or colorimeter readings, taken in accordance with ASTM D 2244, for 10 each batch. The calculated Delta E shall not exceed 1.0 deviation from the Commission 11 Internationale de I'Eclairage color measurement analysis method (CIELAB) for each 12 pigmented sealer color. 13 14 For the respective color, pigmented sealer shall conform to the following CIELAB 15 analysis: 16 17 Color III/Obs L* a* b* 18 Washington Gray D65/10, degrees 62.59 0.98 5.23 19 N10, degrees 63.06 1.80 5.70 20 CWF/10, degrees 63.02 0.73 6.08 21 22 Cascade Green D65/10, degrees 36.62 -0.53 -0.89 23 A/10, degrees 35.82 -7.15 -2.53 24 CWF/10, degrees 36.34 -5.09 -1.18 25 26 Mt. Baker Gray D65/10, degrees 45.94 1.38 4.46 27 A/10, degrees 46.40 1.70 5.05 28 CWF/10, degrees 46.46 1.07 5.48 29 30 Mt. St. Helens Gray D65/10, degrees 56.07 2.15 6.68 31 A/10, degrees 56.76 3.08 7.52 32 CWF/10, degrees 56.67 1.64 7.85 33 34 The one-quart wet sample shall be submitted in the manufacturer's labeled container 35 with product number, batch number and size of batch. The companion draw down color 36 sample shall be labeled with the product number, batch number and size of batch. The 37 Contractor shall submit the specified samples and readings to the Engineer at least 14 38 calendar days prior to the scheduled application of the sealer. The Contractor shall not 39 begin applying pigmented sealer until receiving the Engineer's approval of the 40 pigmented sealer color samples. 41 42 9-08.2(2) Powder Coating Materials for Coating Galvanized Surfaces 43 The powder coating system shall consist of two components, an epoxy primer coat and 44 a polyester finish coat. The epoxy primer coat and the polyester finish coat materials 45 shall be from the same manufacturer. 46 47 The epoxy primer coat shall be an epoxy powder primer conforming to the following 48 requirements: 49 50 Property Specification Performance Requirement 51 Adhesion ASTM D 3359 Method B 5B (no failure) City of Renton S 3rd St&Shattuck Ave S 73 July 2009 Intersection Safety Improvements Project 1 Flexibility ASTM D 522 Method B Pass 1/8" mandrel bend 2 Pencil Hardness ASTM D 3363 H Plus 3 Specific Gravity ASTM D 792 1.25 minimum 4 5 The polyester finish coat shall conform to American Architectural Manufacturers 6 Association (AAMA) Specification 2604. 7 8 Degassing additives may be added as necessary to prevent pin holes in the finish coat. 9 The degassing additives shall be added in accordance with manufacturer's 10 recommendations. 11 12 The color of the powder coating system polyester finish coat shall be as specified in the 13 Plans or Special Provisions. 14 15 Repair materials shall be selected from one of the approved products listed in the 16 current Qualified Products List and specified in the Contractor's powder coating plan as 17 approved by the Engineer. 18 19 SECTION 9-09, TIMBER AND LUMBER 20 January 7, 2008 21 9-09.1 General Requirements 22 This section is revised to read: 23 24 All timber and lumber shall be sized as indicated in the Plans. 25 26 All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber 27 to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and 28 shall be stored in such a manner as to remain in a thoroughly dry condition until placed 29 into the work. 30 31 9-09.2 Grade Requirements 32 This section is revised to read: 33 34 Timber and lumber shall conform to the grades and usage listed below. 35 36 Timber and lumber shall be marked with a certified lumber grade stamp provided by one 37 of the following agencies: 38 39 West Coast Lumber Inspection Bureau (WCLIB) 40 Western Wood Products Association (WWPA) 41 Pacific Lumber Inspection Bureau (PLIB) 42 Any lumber grading bureau certified by the American Lumber Standards Committee 43 44 For structures, all material delivered to the project shall bear a grade stamp and have a 45 grading certificate. The grade stamp and grading certificate will not constitute final 46 acceptance of the material. The Engineer may reject any or all of the timber or lumber 47 that does not comply with the specifications or has been damaged during shipping or 48 upon delivery. The grading certificate shall be issued by either the grading bureau 49 whose stamp is shown on the material, or by the lumber mill, which shall be under the 50 supervision of one of the grading bureaus listed above. The certificate shall include the 51 following: City of Renton S 3rd St&Shattuck Ave S 74 July 2009 Intersection Safety Improvements Project 1 2 Name of the mill performing the grading 3 The grading rules being used 4 Name of the person doing the grading with current certification 5 Signature of a responsible mill official 6 Date the lumber was graded at the mill 7 Grade, dimensions, and quantity of the timber or lumber 8 9 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 10 Mailbox Posts, the material delivered to the project shall either bear a grade stamp on 11 each piece or have a grading certificate as defined above. The grade stamp or grading 12 certificate shall not constitute final acceptance of the material. The Engineer may reject 13 any or all of the timber or lumber that does not comply with the specifications or has 14 been damaged during shipping or upon delivery. 15 16 9-09.2(1) Surfacing and Seasoning 17 This section including title is revised to read: 18 19 9-09.2(1) Structures 20 All timber and lumber for structures shall be Douglas Fir-Larch unless specified 21 otherwise in the contract, and shall conform to the following: 22 Materials 2" to 4" nominal No. 1 and better, grade thick, 5" nominal and wider (Section 123-b of WCLIB) or (Structural Joists and Planks) (Section 62.11 of WWPA) Materials 5" nominal and thicker No. 1 and better, grade (Beams and Stringers) (Section 130-b of WCLIB) or (Section 70.11 of WWPA) 23 24 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or 25 Hem-Fir No. 1. 26 27 When the material is delivered to the project, the Engineer will check the order for the 28 appropriate grade stamp. The invoice and grading certificate accompanying the order 29 must be accurate and complete with the information listed above. The grading certificate 30 and grade markings shall not constitute final acceptance of the material. The Engineer 31 may reject any or all of the timber or lumber that does not comply with the specifications 32 or has been damaged during shipping or upon delivery. 33 34 9-09.2(2) Vacant 35 This section including title is revised to read: 36 37 9-09.2(2) Guardrail Posts and Blocks 38 Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall 39 conform to the species and grades listed below. 40 Douglas Fir No. 1 and better, grade (Section 131-b WCLIB) or(Section 80.11 WWPA) Hem Fir Select Structural, grade (Section 131-a WCLIB) or(Section 80.10 WWPA) City of Renton S 3rd St&Shattuck Ave S 75 July 2009 Intersection Safety Improvements Project Southern Yellow Pine No. 1 and better, grade (Southern Pine Inspection Bureau) 1 2 When the material is delivered to the project, the Engineer will check the order for the 3 appropriate grade stamp. The grade markings shall not constitute final acceptance of 4 the material. The Engineer may reject any or all of the timber or lumber that does not 5 comply with the specifications or has been damaged during shipping or upon delivery. 6 7 9-09.2(3) Inspection 8 This section including title is revised to read: 9 10 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts 11 The allowable species of timber and lumber for signposts, and mileposts shall be 12 Douglas Fir-Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox 13 posts shall be Western Red Cedar, Douglas Fir-Larch, or Hem Fir. 14 15 Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the 16 grades shown below. 17 4" x 4" Construction grade (Light Framing, Section 122-b WCLIB) or(Section 40.11 WWPA) 4" x 6" No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or(Section 62.11 WWPA) 6" x 6", 6" x 8", 8" x 10" No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or(Section 80.11 WWPA) 6" x 10", 6" x 12" No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or(Section 70.11 WWPA) 18 19 20 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 21 April 6, 2009 22 9-14.4(4) Vacant 23 This section including title is revised to read: 24 25 9-14.4(4) Wood Strand Mulch 26 Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native 27 conifer or deciduous trees with high length-to-width ratio. A minimum of 95% of the 28 wood strand shall have lengths between 2 and 10-inches, with a width and thickness 29 between 1/16 and 3/8-inches. 30 31 The mulch shall not contain resin, tannin, or other compounds in quantities that would 32 be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 33 34 9-14.4(8) Compost 35 This section is revised to read: 36 37 Compost products shall be the result of the biological degradation and transformation of 38 plant-derived materials under controlled conditions designed to promote aerobic 39 decomposition. Compost shall be stable with regard to oxygen consumption and carbon City of Renton S 3rd St& Shattuck Ave S 76 July 2009 Intersection Safety Improvements Project 1 dioxide generation. Compost shall be mature with regard to its suitability for serving as 2 a soil amendment or an erosion control BMP as defined below. The compost shall have 3 a moisture content that has no visible free water or dust produced when handling the 4 material. 5 6 Compost production and quality shall comply with Chapter 173-350 WAC. 7 8 Compost products shall meet the following physical criteria: 9 10 1. Compost material shall be tested in accordance with U.S. Composting Council 11 Testing Methods for the Examination of Compost and Composting (TMECC) 12 02.02-B, "Sample Sieving for Aggregate Size Classification". 13 14 Fine Compost shall meet the following: 15 16 Min. Max. 17 Percent passing 2" 100% 18 Percent passing 1" 95% 100% 19 Percent passing 5/8" 90% 100% 20 Percent passing %4" 75% 100% 21 Maximum particle length of 6 inches 22 23 Coarse Compost shall meet the following: 24 25 Min. Max. 26 Percent passing 3" 100% 27 Percent passing 1" 90% 100% 28 Percent passing 3/" 70% 100% 29 Percent passing 1/4" 40% 60% 30 Maximum particle length of 6 inches 31 32 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 33 Composting Council TMECC 04.11-A, "1:5 Slurry pH". 34 35 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 36 less than 1.0 percent by weight as determined by U.S. Composting Council *� 37 TMECC 03.08-A"Classification of Inerts by Sieve Size". 38 39 4. Minimum organic matter shall be 40 percent by dry weight basis as determined 40 by U.S. Composting Council TMECC 05.07A "Loss-On-Ignition Organic Matter 41 Method (LOI)". 42 43 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 44 accordance with U.S. Composting Council TMECC 04.10 "Electrical 45 Conductivity". 46 47 6. Maturity shall be greater than 80% in accordance with U.S. Composting 48 Council TMECC 05.05-A, "Germination and Root Elongation". 49 50 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. 51 Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate", 52 City of Renton S 3rd St&Shattuck Ave S 77 July 2009 Intersection Safety Improvements Project 1 8. The compost product must originate a minimum of 65 percent by volume from 2 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 3 maximum of 35 percent by volume of "Type 2 Feedstocks," source-separated 4 food waste, and/or biosolids may be substituted for recycled plant waste. The 5 manufacturer shall provide a list of feedstock sources by percentage in the 6 final compost product. 7 8 9. The Engineer may also evaluate compost for maturity using U.S. Composting 9 Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score 10 a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost 11 shall score a 5 or above on the Solvita® Compost Maturity Test. 12 13 This section is supplemented with the following new sub-sections: 14 , 15 9-14.4(8)A Compost Approval 16 The Contractor shall either select a compost manufacturer from the Qualified Products 17 List, or submit the following information to the Engineer for approval: 18 19 1. A Request for Approval of Material Source. 20 21 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 22 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 23 Standards for Solid Waste Handling). 24 25 3. The manufacturer shall verify in writing, and provide lab analyses that the 26 material complies with the processes, testing, and standards specified in WAC 27 173-350 and these specifications. An independent Seal of Testing Assurance 28 (STA) Program certified laboratory shall perform the analysis. 29 30 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as 31 issued by the U.S. Composting Council. 32 33 9-14.4(8)B Compost Acceptance 34 Seven days prior to initial application of any compost the Contractor shall submit a 35 compost sample, a STA test report dated within 90 calendar days, and the list of 36 feedstocks by volume for each compost type to the Engineer for review. 37 38 The Contractor shall use only compost that has been tested within 90 calendar days of 39 application and meets the requirements in section 9-14.4(8). Compost not conforming 40 to the above requirements or taken from a source other than those tested and accepted 41 shall be immediately removed from the project and replaced at no cost to the 42 Contracting Agency. 43 44 9-14.5(1) Polyacrylamide (PAM) 45 The second sentence is revised to read: 46 47 PAM shall be anionic and shall be linear, and not cross-linked. 48 49 9-14.5(3) Clear Plastic Covering 50 This section is revised to read: 51 City of Renton S 3rd St& Shattuck Ave S 78 July 2009 Intersection Safety Improvements Project 1 Clear plastic covering shall conform to the requirements of ASTM D 4397, for 2 polyethylene sheeting having a minimum thickness of 6 mils. 3 4 9-14.5(7) Coir Log 5 The reference to Standard Plans in the second sentence of the first paragraph is revised to 6 read Plans. 7 8 SECTION 9-16, FENCE AND GUARDRAIL 9 December 1, 2008 10 9-16.1(1)A Post Material for Chain Link Fence 11 The first paragraph is supplemented with the following: 12 �. 13 • Round Post Material 14 Round post material shall be Grade 1 or 2. 15 ,. 16 • Roll Form Material 17 Roll-formed post material shall be Grade 1. 18 Roll-formed end, corner, and pull posts shall have integral fastening loops to 19 connect to the fabric for the full length of each post. Top rails and brace rails shall ow 20 be open rectangular sections with internal flanges as shown in ASTM F1043. 21 22 The Round Post Material and Roll Form Material information following the third paragraph 23 is deleted. 24 25 9-16.1(1)B Chain Link Fence Fabric 'm' 26 The first paragraph is revised to read: 27 28 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and w. 29 9 gage wire for chain link fence Type 1. The fabric shall be zinc-coated steel wire 30 conforming to AASHTO M 181, Class C. Zinc 5-percent Aluminum-Mischmetal alloy 31 meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot- 32 dipped) at the application rate specified by ASSHTO M 181 for hot-dip zinc coating. 33 Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with 34 minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2). 35 36 9-16.1(1)C Tension Wire 37 This section including title is revised to read: 38 11111 39 9-16.1(1)C Tension Wire and Tension Cable 40 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 41 shall be Class 1. "ni 42 43 Tension cable shall meet the requirements of Section 9-16.6(5). 44 45 9-16.1(1)D Fittings and Hardware 46 This section is supplemented with the following: 47 1" 48 Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). 49 r City of Renton S 3rd St&Shattuck Ave S 79 July 2009 Intersection Safety Improvements Project ■r 1 Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of 2 Section 9-16.6(6). 3 4 9-16.1(1)E Chain Link Gates 5 The first sentence in the first paragraph is revised to read: 6 7 Gate frames shall be constructed of not less that 1 1/2-inch (I.D.) galvanized pipe „0. 8 conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. 9 10 The fourth sentence in the first paragraph is revised to read: 11tea 12 All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or 13 A-11-99 primer meeting the requirements of Section 9-08.2. 14 15 9-16.2(1)A Steel Post Material 16 The paragraph under Angle Post Material is revised to read: 17 18 All angle post material shall be galvanized in accordance with the requirements 19 of AASHTO M 111 except the anchor plate on fence post material shall be grade 20 55. Angle post used for end, corner, gate and pull post and brace shall have a ,; 21 minimum weight of 3.1 lb/ft. 22 23 The first sentence in the third paragraph is revised to read: 24 25 Posts shall not be less than 7-feet in length. 26 27 The last sentence in the third paragraph is revised to read: 28 29 The anchor plate shall be securely attached and have a surface area of 20 ±2 in2, and a 30 minimum weight of 0.67 pounds. 31 32 9-16.3(2) Posts and Blocks 33 The first sentence in the second paragraph is revised to read: 34 35 Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 36 37 9-16.3(3) Galvanizing 38 The first sentence in the first paragraph is revised to read: 39 40 W-beam or thrie beam rail elements and terminal sections shall be galvanized in 41 accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be 42 galvanized after fabrication, with fabrication to include forming, cutting, shearing, .- 43 punching, drilling, bending, welding, and riveting. 44 45 9-16.3(4) Hardware 46 This section is revised to read: 47 48 Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, „ 49 shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength 50 Bolts shall conform to 9-06.5(3). 51 41. City of Renton S 3rd St&Shattuck Ave S 80 July 2009 Intersection Safety Improvements Project 1 Unfinished bolts will be accepted by field verification and documentation that bolt heads 2 are stamped 307A. The Contractor shall submit a manufacturer's certificate of 3 compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of 4 the hardware. 5 6 9-16.3(5) Anchors 7 The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized". 8 9 9-16.4(2) Wire Mesh 10 The reference to "hot dip galvanized" in the second sentence in the third paragraph is 11 revised to "galvanized". 12 13 9-16.6(2) Glare Screen Fabric 14 The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 15 491". 16 17 9-16.6(3) Posts 18 The first paragraph is revised to read: 19 20 Line posts for Type 1 glare screen shall be 1 1/2-inches by 1 7/8-inches galvanized steel 21 H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 22 glare screen shall be 1 5/8-inches by 2 1/4-inches galvanized steel H column with a 23 minimum weight of 4.0 pounds per linear foot, or 2-inch inside diameter galvanized steel 24 pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall 25 be used on any one project. 26 27 The first paragraph is supplemented with the following: 28 29 End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2-inches by 1 7/8- 30 inches steel H column with a minimum weight of 2.8 pounds per linear foot. 31 32 The first sentence in the second paragraph is revised to read: 33 34 End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2-inch inside 35 diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. 36 37 The reference to "hot dip galvanized" in the third sentence in the second paragraph is 38 revised to "galvanized". 39 40 The first two sentences in the fifth paragraph are revised to read: 41 42 All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The 43 minimum average zinc coating is per square foot of surface area. 44 45 9-16.6(5) Cable 46 The reference to "hot dip galvanized" is revised to "galvanized". 47 48 9-16.6(6) Cable and Tension Wire Attachments 49 The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to 50 "galvanized". 51 52 The third sentence in the first paragraph is deleted. City of Renton S 3rd St& Shattuck Ave S 81 July 2009 Intersection Safety Improvements Project 1 2 9-16.6(9) Fabric Bands and Stretcher Bars 3 The reference to "hot dip galvanized" is revised to "galvanized". 4 5 9-16.6(10) Tie Wire 6 This section including title is revised to read: 7 8 9-16.6(10) Tie Wire and Hog Rings 9 Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 10 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. 11 Galvanizing shall be Class 1. 12 13 Hog rings shall be 12 gage galvanized steel wire. 14 15 9-16.8(1) Rail and Hardware 16 The word "Composition" following the first paragraph is deleted. 17 18 SECTION 9-19, PRESTRESSED CONCRETE GIRDERS 19 April 6, 2009 20 9-19.1 Aggregates and Proportioning 21 The first paragraph is revised to read: 22 ... • 23 The concrete for prestressed girders shall have the minimum compressive strengths as 24 specified in the Plans.Aggregates used in the mix shall conform to the following: 25 26 Coarse aggregate shall be in accordance with Section 9-03.1(4). 27 28 Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class 29 2. 30 31 The manufacturer may revise the grading of the coarse aggregate provided that the 32 concrete mix design is qualified with the modified gradation. An alternative combined 33 gradation conforming to Section 9-03.1(5) may also be used. 34 35 The reference to Section 9-23.7 in the sixth paragraph is revised to Section 9-23.6. 36 37 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 38 April 6, 2009 �.. 39 9-23.6 Admixture for Concrete 40 This section including title is revised to read: 41 42 9-23.6 Chemical Admixtures for Concrete 43 Acceptance of chemical admixtures will be based on Manufacturer's Certificate of .. 44 Compliance. If required by the Engineer, admixtures shall be sampled and tested before 45 they are used. A one-pint (500 milliliter) sample of the admixture shall be submitted to 46 the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. . 47 Chemical Admixtures shall contain less than one percent chloride ion (Cl-) by weight of 48 admixture. 49 City of Renton S 3rd St& Shattuck Ave S 82 July 2009 Intersection Safety Improvements Project 1 This section is supplemented with the following new sub-sections. 2 3 9-23.6(1) Air Entraining Admixtures 4 Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 5 260. 6 7 9-23.6(2) Type A Water-Reducing Admixtures 8 Type A Water-Reducing admixtures shall conform to the requirements of AASHTO M 9 194 Type A or ASTM C 494 Type A. 10 11 9-23.6(3) Type B Retarding Admixtures 12 Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type 13 B or ASTM C 494 Type B. 14 15 9-23.6(4) Type C Accelerating Admixtures 16 Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 17 Type C or ASTM C 494 Type C and only non-chloride accelerating admixtures shall be 18 used. 19 20 9-23.6(5) Type D Water-Reducing and Retarding Admixtures 21 Type D Water-Reducing and Retarding admixtures shall conform to the requirements of 22 AASHTO M 194 Type D or ASTM C 494 Type D. 23 24 9-23.6(6) Type E Water-Reducing and Accelerating Admixtures 25 Type E Water-Reducing and Accelerating admixtures shall conform to the requirements 26 of AASHTO M 194 Type E or ASTM C 494 Type E and only non-chloride accelerating 27 admixtures shall be used. 28 29 9-23.6(7) Type F Water-Reducing, High Range Admixtures 30 Type F Water-Reducing, High Range admixtures shall conform to the requirements of 31 AASHTO M 194 Type F or ASTM C 494 Type F. 32 33 9-23.6(8) Type G Water-Reducing, High Range and Retarding Admixtures 34 Type G Water-Reducing, High Range and Retarding admixtures shall conform to the 35 requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 36 37 9-23.6(9) Type S Specific Performance Admixtures 38 Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 39 494 Type S. When a Type S admixture is used a report on the performance 40 characteristics of the Type S admixture shall be submitted along with the WSDOT 41 concrete mix design (WSDOT Form 350-040). The report shall describe the 42 performance characteristics and provide data substantiating the specific characteristics 43 of the Type S admixture in accordance with ASTM C 494. 44 45 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed 46 Concrete 47 This section including title is revised to read: 48 49 9-23.7 Vacant 50 City of Renton S 3rd St& Shattuck Ave S 83 July 2009 Intersection Safety Improvements Project 1 9-23.9 Fly Ash 2 This section is supplemented with the following: 3 4 Fly ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be 5 used if they meet the tests requirements of Section 9-03.1(1). The optional chemical 6 limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. 7 8 SECTION 9-25, WATER 9 April 6, 2009 10 9-25.1 Water for Concrete 11 The first paragraph is revised to read: 12 13 Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for 14 human consumption (potable). If the water contains substances that cause 15 discoloration, unusual smell or taste, or other suspicious content, the Engineer may 16 require the Contractor to provide test results documenting that the water meets the 17 physical test requirements and chemical limits described in ASTM C1602 for non- 18 potable water. 19 20 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 21 April 6, 2009 22 9-28.8 Sheet Aluminum Signs 23 The second paragraph (excluding chart) is revised to read: 24 25 After the sheeting has been fabricated, the surface of each panel shall be protected 26 from corrosion. The corrosion protection shall meet the requirements of ASTM B-449 27 class II Specification for Chromates on Aluminum. Aluminum signs over 12-feet wide by 28 5-feet high shall be comprised of vertical panels in increments of 2, 3, or 4-feet wide. No 29 more than one 2-foot and/or 3-foot panel may be used per sign. The Contractor shall 30 use the widest panels possible. All parts necessary for assembly shall be constructed of 31 aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness 32 shall be as follows: 33 34 9-28.9(1) Mechanical Properties 35 The chart in this section is revised to read: 36 37 Mechanical Property Ave. Min. Requirement ASTM Test 38 Tensile Strength 10.0 psi x 103 D638 39 Tensile Modulus 1.2 psi x 106 D638 40 Flexural Strength 20.0 psi x 103 D790 41 Flexural Modulus 1.2 psi x 106 D790 42 Compression Strength 32.0 psi x 103 D695 43 Compression Modulus 1.4 psi x 106 D695 44 Punch Shear 12.0 psi x 103 D732 45 46 9-28.14(2) Steel Structures and Posts 47 The first sentence in the fifth paragraph is supplemented with the following: 48 City of Renton S 3rd St& Shattuck Ave S 84 July 2009 Intersection Safety Improvements Project 1 Steel used for slip bases (SB-1, SB-2, SB-3) and heavy duty anchors shall have a 2 controlled silicon maximum of 0.40-percent. 3 4 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 5 April 6, 2009 6 9-29.1 Conduit, Innerduct, and Outerduct 7 This section's content is deleted. This section is supplemented with the following: 8 9 Conduit shall be free from defects, including out of round, and foreign inclusions. `■' 10 Conduit shall be uniform in color, density, and physical properties. The inside shall be 11 smooth and free from burrs which could damage cable during installation. Conduit ends 12 shall be cut square to the inside diameter, and supplied with thread protectors. All ,�. 13 conduit, conduit fittings, and associated hardware/appurtenances shall be listed by a 14 Nationally Recognized Testing Laboratory. 15 16 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings 17 Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as 18 required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and 19 interior surfaces of the galvanized steel conduit, except threaded ends, shall be 20 uniformly and adequately zinc coated by a hot-dip galvanizing process. The average of 21 the zinc coating shall comply with Federal Specification WW-C-581 d. 22 23 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances 24 Couplings for rigid metal type conduits may be either hot-dip or electroplated 25 galvanized. 26 27 Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally 28 Recognized Testing Laboratory listed for wet locations, and shall be hot-dip galvanized 29 malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt 30 on cover with stainless steel screws and a neoprene gasket seal. 31 32 Grounding end bushings shall be bronze or galvanized malleable iron with copper, 33 tinned copper, stainless steel, or integral lug with stainless steel clamping screw, 34 mounting screw and set screw. 35 36 Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot-dip 37 galvanized. Two-hole type straps shall span the entire width of the support channel and 38 attach to the supports on both sides of the conduit with bolts and associated hardware. 11. 39 Two piece conduit clamps shall interlock with the support channel with a single bolt. 40 41 Conduit supports for surface mounted conduit shall be hot-dip galvanized or type 304 or 42 type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and 43 spring nuts. 44 VIE 45 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 46 Expansion/Deflection Fittings 47 Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip 48 galvanized malleable or ductile iron end couplings and body and shall allow for 4-inches 49 of movement minimum (2-inches in each direction). Expansion fittings for rigid 50 galvanized steel conduit shall have an external tinned copper bonding jumper or an r City of Renton S 3rd St&Shattuck Ave S 85 July 2009 Intersection Safety Improvements Project r 1 internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall 2 not reduce the conduit conductor capacity. 3 4 Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip _,. 5 galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless 6 steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide 7 for conduit movement of '/-inch in all directions and angular movement of 30 degree in 8 any direction. 9 10 A combination of a deflection and an expansion fitting for rigid galvanized steel conduit 11 shall be assembled from a deflection fitting and an expansion fitting as defined above. 12 13 The bonding jumper used for expansion fittings and combination expansion deflection 14 fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt 15 type connection designed for the application. 16 17 9-29.1(3) Flexible Metal Conduit . 18 Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible 19 interlocked steel galvanized inside and out, forming a smooth internal wiring channel 20 with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article ,. 21 350. 22 23 9-29.1(3)A Flexible Metal Conduit Appurtenances 24 Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, 25 and listed for wet locations. 26 27 9-29.1(4) Non-Metallic Conduit 28 29 9-29.1(4)A Rigid PVC Conduit 30 Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. 31 Fittings shall conform to NEMA TC-3, and be UL 514C and UL 651. 32 33 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes 34 for which the cement is recommended). 35 36 9-29.1(4)B HDPE Conduit 37 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings 38 for HDPE shall be mechanical and listed for use with HDPE. 39 40 Aluminum mechanical couplings are prohibited. 41 42 9-29.1(5) Innerduct and Outerduct 43 The innerduct system shall be factory-installed and shall be designed so that expansion 44 and contraction of the innerducts takes place in the coupling body to eliminate 45 compatibility problems.The conduit coupling body shall have a factory-assembled 46 gasket that is multi-stage and anti-reversing, sealing both the outerduct and innerducts. 47 A secondary mid-body 0-ring gasket shall be seated into the coupling body and shall 48 hold the coupling body firmly in the outerduct. 49 50 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured 51 from the same materials and manufacturing process as the conduit, except as specified City of Renton S 3rd St& Shattuck Ave S 86 July 2009 Intersection Safety Improvements Project 1 otherwise. The conduit system shall be a complete system with the following 2 accessories: 3 4 Manhole Terminator Kits 5 Deflection Fittings 6 Offset Fittings 7 Expansion/Contraction Fittings 8 Repair Kits 9 Conduit and Innerduct Plugs 10 Pull string •• 11 Pull rope 12 Conduit spacers 13 Split Plugs 14 15 9-29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct 16 Each section of steel outerduct shall be supplied with one reversing spin coupling that 17 allows straight sections and fittings to be joined without spinning the conduit. The 18 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to 19 lock the coupling in place. Setscrews or lock nut ring shall be galvanized or stainless 20 steel and insure continuous electrical ground. The couplings shall be galvanized steel 21 with the same material properties as the conduit. 22 23 The conduit system shall be designed so that assembly of components can be 24 accomplished in the following steps: 25 26 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for �• 27 insertion. 28 29 2. Spin coupling mating sections forward to bottom. 30 31 3. Tighten setscrews on lock nut ring. 32 33 9-29.1(5)B Rigid PVC Outerduct with PVC or PE Innerduct 34 Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall 35 be 4-inch with a minimum 5-inch extended integral "bell end" and shall be gray in color. 36 The outerduct minimum wall thickness shall be 0.23-inch for Schedule 40 PVC and sia 37 0.32-inch for Schedule 80 PVC. 38 39 Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor. 40 41 The coupling body for PVC outerduct shall include a factory-assembled, multi-stage 42 gasket that is anti-reversing, sealing both the outer and innerducts. A secondary mid- air 43 body gasket shall be seated at the shoulder of the bell to assure air and water integrity 44 of the system. The bell end and the coupling body assembly shall accept a minimum of 45 5-inches of the spigot end. .► 46 47 The conduit system shall be designed so that straight sections and fittings will assemble 48 without the need for lubricants or cement. 49 50 PVC outerduct shall have a longitudinal print-line that denotes "Install This Side Up" for 51 proper innerduct alignment. PVC outer-ducts shall have a circumferential ring on the 52 spigot end of the duct to provide a reference point for ensuring the proper insertion City of Renton S 3rd St&Shattuck Ave S 87 July 2009 Intersection Safety Improvements Project 1 depth when connecting conduit ends. The line shall be a minimum of 5-inches from the 2 end of the conduit. 3 4 9-29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or $ . 5 PVC Outerduct 6 The innerducts shall have a minimum outside diameter of 1.25-inch, and a minimum 7 inside diameter of 1.2-inch. Larger diameter innerducts may be provided if the wall 8 thickness and diameter tolerances are met. The tolerance for inside and outside 9 diameters shall be 0.005-inch. The innerducts shall have a minimum wall thickness of 10 0.060-inch. Innerduct shall be color coded and shall index a minimum of one innerduct 11 with a different color. Alternate color codes are permitted as long as the color codes are 12 contiguous between adjacent junction boxes. The innerducts shall be factory installed in 13 the outerduct. 14 15 Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia 16 GR-356-CORE procedure. The coefficient of friction shall be less than 0.30 between 17 medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. 18 The coefficient of friction shall be less than 0.10 between the %4-inch diameter 19 polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated 20 innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) 21 shall be the same type as the pull rope used for cable installation. The Contractor shall 22 provide as part of the conduit submittals a certificate of compliance with these 23 coefficient of friction requirements. 24 25 The innerduct shall have a smooth, non-ribbed interior surface, with a factory 26 prelubricated coating. The coating shall provide the required dynamic coefficient of 27 friction. 28 29 Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). 30 31 The coupling body for the innerduct shall be factory assembled in the bell end of the 32 outerduct and shall be manufactured from a high impact engineered thermoplastic. The 33 coupling body face shall be supplied with lead-ins to facilitate assembly. 34 35 All outerduct shall be marked with data traceable to plant location. 36 37 9-29.1(5)D Conduit with Innerducts Fittings and Appurtenances 38 Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane 39 gasket. Plugs shall be equipped with an attachment to secure the pull rope in the 40 innerduct. The plug shall withstand 5 psi. 41 42 9-29.1(5)D1 Bends for 4-inch PVC Conduit with Innerducts or Galvanized 43 Steel Conduit with Innerducts 44 All bend radii shall be 36-inches or greater. The conduit system shall provide a complete 45 line of fixed and flexible sweeps with system compatible bell and spigot or threaded 46 ends. The bends shall contain high-temperature burn-through-resistant innerducts 47 manufactured from PVC, PE, or Nylon-66. The innerducts shall meet all other 48 requirements for innerduct In Sections 9-29.1(1) and 9-29.1(5)A. 49 50 9-29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) 51 The prefabricated standard fixed PVC bends shall have a radius between 4-feet and 9- 52 feet and sweep angles of 11.25-degree, 22.5-degree, 45-degree, or 90-degree. ,_ City of Renton S 3rd St&Shattuck Ave S 88 i July 2009 Intersection Safety Improvements Project 1 2 Flexible bends shall be prefabricated. These conduits may be field bent to a uniform 3 radius no less than 4-feet. The field bend shall be no greater than 90-degrees. 4 Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be `" 5 manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized 6 steel conduit with innerduct shall be provided in accordance with 9-29.1(2)A. 7 8 9-29.1(6) Detectable Underground Warning Tape 9 Detectable Underground Warning tape shall be Orange imprinted in black lettering with 10 the message; "FIBER OPTIC CABLE BURIED BELOW' or equal. The warning tape 11 shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4- 12 mils thick and 3-inches wide. 13 �.. 14 9-29.1(7) Steel Casings 15 Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved 16 by the Engineer. The Contractor shall furnish pipe of adequate thickness to withstand 17 the forces exerted by the boring operation as well as those forces exerted by the earth 18 during installation and shall be a minimum of%-inch thick.All joints shall be welded by a 19 welder qualified in accordance with AWS D1.1 structural welding code, section 3. 20 21 9-29.1(8) Drilling Fluid 22 Drilling fluid used for directional boring shall be an inert mixture of water and bentonite 23 clay, conforming to the drilling equipment manufacturers recommendations. 24 25 9-29.3 Conductors, Cable 26 This section's content is deleted. This section's title is revised to read: 27 28 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 29 30 9-29.3(1)A Singlemode Fiber Optic Cable 31 This section is revised to read: 32 33 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 34 kpsi proof stress glass and primarily composed of silica which shall provide a matched 35 clad index of refraction (n) profile and the following physical and performance a& 36 characteristics: 37 38 1. Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively; 39 40 2. Typical Core Diameter: 8.3 microns; 41 42 3. Cladding Diameter: 125 micron; 43 44 4. Core-to-Cladding Offset (Defined as the distance between the core center and 45 the cladding center: < 0.8 microns; ..r 46 47 5. Cladding Non-Circularity (Defined as {[1-(minimum cladding diameter - 48 maximum cladding diameter)] X 100.}: < 2.0%; 49 50 6. Coating Diameter of 250 microns ± 15 microns with a minimum coating 51 thickness at any point of not less than 50 microns; +• 52 City of Renton S 3rd St&Shattuck Ave S 89 July 2009 Intersection Safety Improvements Project 1 7. The coating shall be a dual-layered, UV-cured acrylate applied by the fiber 2 manufacturer; and, 3 4 8. The coating shall be mechanically or chemically strippable without damaging 5 the fiber. 6 7 9-29.3(2) Twisted-Pair (TWP) Copper Cable 8 This section's content is deleted. This section's title is revised to read: 9 10 9-29.3(2) Electrical Conductors and Cable 11 12 This section is supplemented with the following new sub-sections: 13 14 9-29.3(2)A Single Conductor 15 16 9-29.3(2)A1 Single Conductor Current Carrying 17 All current carrying single conductors shall be stranded copper conforming to ASTM B3 18 and B8. Insulation shall be chemically XLP (cross-linked polyethylene) or EPR (Ethylene 19 Propylene Rubber) Type USE rated for 600 volt. 20 21 9-29.3(2)A2 Grounding Electrode Conductor 22 Grounding electrode conductor shall be bare or insulated stranded copper. The 23 insulation shall be green or green with a yellow tracer. 24 25 9-29.3(2)A3 Equipment Grounding and Bonding Conductors 26 Equipment grounding and bonding jumper conductors shall be bare or green insulated, 27 stranded copper with cross-linked polyethylene insulation rated USE and 600 volts, 28 with the exception that the equipment grounding and bonding jumper conductors 29 installed between junction box, pull box, or cable vault frame and lids shall be tinned, 30 braided copper. 31 32 9-29.3(2)A4 Location Wire 33 Location wire shall be a single stranded copper size AWG 14 insulated conductor. The 34 insulation shall be type USE Orange in color. 35 36 9-29.3(2)B Multi-Conductor Cable 37 Two conductor through 10 conductor unshielded signal control cable shall conform to 38 International Municipal Signal Association (IMSA) signal cable Specification 20-1. 39 40 9-29.3(2)C Aluminum Cable Steel Reinforced 41 Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of the 42 appropriate size for aluminum conductors shall be used where required in the Contract. 43 The neutral conductor shall be the same size as the insulated conductor. All conductors 44 shall be stranded. 45 46 9-29.3(2)D Pole and Bracket 47 Pole and bracket cable shall be a two-conductor cable rated for 600 volts. The individual 48 conductors shall be one red and one black 19-strand No. 10 AWG copper, assembled . 49 parallel. The conductor insulation shall be 45-mil polyvinyl chloride or a 600 volt rated 50 cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not 51 less than 45-mils thick. If luminaires with remote ballasts are specified in the Contract, City of Renton S 3rd St& Shattuck Ave S 90 July 2009 Intersection Safety Improvements Project 1 this same cable shall be used between luminaire and ballast for both timber and 2 ornamental pole construction. If the luminaire requires fixture wire temperatures greater 3 than 75°C, the outer jacket shall be stripped for that portion of the cable inside the 4 luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving 5 of the temperature rating recommended by the luminaire manufacturer. 6 7 9-29.3(2)E Two-Conductor Shielded 8 Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and 9 shall conform to IMSA Specification No. 50-2. 10 11 9-29.3(2)F Detector Loop Wire 12 Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51-3 13 14 9-29.3(2)G Four-Conductor Shielded Cable 15 Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG 16 conductors with polypropylene insulation, an aluminized polyester shield, water blocking 17 material in the cable interstices, and a 26-mil minimum outer jacket of polyethylene. The 18 four-conductor assembly shall be twisted 6 turns per foot. Each conductor shall have a 19 different insulation color. Overall cable diameter shall be 0.25-inch maximum. 20 Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between 21 diagonal pairs. The capacitances shall not vary more than 10 percent after a 10-day 22 immersion test with ends exposed in a saturated brine solution. 23 24 9-29.3(2)H Three-Conductor Shielded Cable 25 Three-conductor shielded cable (3CS) for the detector circuit for optical fire preemption 26 receivers shall consist of three 20 AWG conductors with aluminized mylar shield and 27 one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7 X 28 28 stranded tinned copper material. Conductor insulation shall be rated 75°C, 600 volt. The 29 drain wire shall be uninsulated. Conductor color coding shall be yellow, blue, and �. 30 orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per 31 1,000-feet. Capacitance from one conductor to the other two conductors and shield shall 32 not exceed 48 pf per foot. The jacket shall be rated 80 degree C, 600 volt, with a 33 minimum average wall thickness of 0.045-inch. The finished outside diameter of the 34 cable shall be 0.3-inch maximum. 35 36 9-29.3(2)1 Twisted Pair Communications Cable 37 Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall 38 be AWG22 conductor. The cable shall have a petroleum compound completely filling 39 the inside of the cable and rated for OSP (Outside Plant) applications. 40 41 9-29.6 Light and Signal Standards 42 This section is supplemented with the following: „ 43 44 Materials for steel light and signal standards, and associated anchorage and fastening 45 hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise 46 specified in one of the following documents: 47 48 1. The steel light and signal standard fabricator's pre-approved plan as approved 49 by the Washington State Department of Transportation and as identified in the 50 Special Provisions. 51 City of Renton S 3rd St& Shattuck Ave S 91 July 2009 Intersection Safety Improvements Project 1 2. The steel light and signal standard fabricator's shop drawing submittal, 2 including supporting design calculations, as submitted in accordance with 3 Sections 6-01.9 and 8-20.2(1) and the Special Provisions, and as approved by 4 the Engineer. 5 6 SECTION 9-30, WATER DISTRIBUTION MATERIALS 7 December 1, 2008 8 9-30.3(1) Gate Valves (3-inches to 16-inches) 9 The second paragraph is revised to read: 10 11 The Contractor shall provide an affidavit of compliance stating that the valve furnished 12 fully complies with AWWA C509 or AWWA C515. 13 14 SECTION 9-34, PAVEMENT MARKING MATERIAL 15 April 6, 2009 16 9-34.2(4) Temporary Pavement Marking Paint 17 This section is revised to read: 18 19 Paint used for temporary pavement marking shall conform to the requirements of 20 Section 9-34.2. 21 22 9-34.5 Temporary Pavement Marking Tape 23 The third sentence is deleted. 24 25 9-34.6 Temporary Raised Pavement Markers 26 The eighth and ninth sentences in the first paragraph are deleted. 27 28 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 29 December 1, 2008 30 9-35.2 Construction Signs 31 The fourth paragraph is revised to read: 32 33 The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other 34 previously approved sign materials except aluminum or aluminum composite is 35 prohibited. 36 37 9-35.14 Portable Temporary Traffic Control Signal 38 The third sentence in the eighth paragraph is revised to read: 39 40 A highly retroreflective yellow strip, 3-in wide, shall be placed around the perimeter of 41 the face of all vehicle signal backplates to project a rectangular image at night towards 42 oncoming traffic. 43 City of Renton S 3rd St& Shattuck Ave S 92 July 2009 Intersection Safety Improvements Project Noe avo .ir In. r Special Provisions err Ir. IMP Ile wr Ir. OW City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project July 2009 Wrir rrr wso THIS PAGE INTENTIONALL YLEFT BLANK ferie .110 Wig City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project July 2009 SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1 1-01.1 General 1 `.` 1-01.3 Definitions 1-01.4 Description of Work 2 emo 1-02 BID PROCEDURES AND CONDITIONS 3 1-02.6 Preparation of Proposal 3 1-02.6(1) Proprietary Information 3 "• 1-02.12 Public Opening of Proposals 3 1-03 AWARD AND EXECUTION OF CONTRACT 3 1-03.1 Consideration of Bids 3 1-03.2 Award of Contract 3 1-03.3 Execution of Contract 3 1-04 SCOPE OF WORK 4 1-04.3 Contractor-Discovered Discrepancies 4 1-04.4 Changes 4 1-04.8 Progress Estimates and Payments 4 1-04.11 Final Cleanup 5 age 1-05 CONTROL OF WORK 5 1-05.4 Conformity With and Deviation from Plans and Stakes 5 1-05.4(3) Contractor Supplied Surveying 6 1-05.4(4) Contractor Provided As-Built Information 7 1-05.7 Removal of Defective and Unauthorized Work 7 "`O 1-05.11(3) Operational Testing 7 1-05.14 Cooperation with Other Contractors 7 1-05.18 Contractor's Daily Diary 8 1-06 CONTROL OF MATERIAL 9 1-06.1 Approval of Materials Prior to Use 9 1-06.2(1)...Samples and Tests for Acceptance 9 1-06.2(2) Statistical Evaluation of Materials for Acceptance 9 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 9 1-07.1 Laws to be Observed 9 1-07.2 State Taxes 10 1-07.6 Permits and Licenses 10 1-07.9(5) Required Documents 10 1-07.11(11) City of Renton Affidavit of Compliance 10 1-07.12 Federal Agency Inspection 10 1-07.13(1) General 11 •• 1-07.15 Temporary Water Pollution/Erosion Control 11 1-07.16(1) Private/Public Property 11 1-07.17 Utilities and Similar Facilities 12 City of Renton-South 3rd St and Shattuck Ave S Page i Special Provisions Intersection Safety Improvement Project July 2009 iwr .:811 I 1-07.17(3) Interruption of Services 14 1-07.18 Public Liability and Property Damage Insurance 14 1-07.18(1) General 14 1-07.18(2) Coverages 14 1-07.18(3) Limits 16 1-07.18(4) Evidence of Insurance: 16 1-07.22 Use of Explosives 17 1-07.23(1) Construction Under Traffic 17 '11" 1-08 PROSECUTION AND PROGRESS 18 1-08.0 Preliminary Matters 18 w 1-08.0(1) Preconstruction Conference 18 1-08.1 Subcontracting 19 1-08.2 Assignment 19 1-08.3 Progress Schedule 19 1-08.5 Time For Completion 20 1-08.6 Suspension of Work 1-08.9 Liquidated Damages 21 1-08.11 Contractor's Plant and Equipment 22 .rr 1-08.12 Attention to Work 22 1-09 MEASUREMENT AND PAYMENT 22 1-09.1 Measurement of Quantities 22 1-09.3 Scope of Payment 23 1-09.6 Force Account 24 1-09.7 Mobilization 24 1-09.9 Payments 24 1-09.11(2) Claims 25 4110 1-09.13(3)B Procedures to Pursue Arbitration 25 1-10 TEMPORARY TRAFFIC CONTROL 25 1-10.1 General 25 1-10.2(2) Traffic Control Plans 26 1-10.3 Traffic Control Labor, Procedures and Devices 26 rr 1-10.3(3)A Construction Signs 27 1-10.4 Measurement 27 1-10.5 Payment 27 1-11 RENTON SURVEYING STANDARDS 28 1-11.1(1) Responsibility for surveys 28 1-11.1(2) Survey Datum and Precision 28 1-11.1(3) Subdivision Information 29 1-11.1(4) Field Notes 1-11.1(5) Corners and Monuments 29 1-11.1(6) Control or Base Line Survey 29 low 1-11.1(7) Precision Levels 30 1-11.1(8) Radial and Station--Offset Topography 30 1-11.1(9) Radial Topography 30 City of Renton-South 3rd St and Shattuck Ave S Page ii Special Provisions Intersection Safety Improvement Project July 2009 1-11.1(10) Station--Offset Topography 30 1-11.1(11) As-Built Survey 30 1-11.1(12) Monument Setting and Referencing 31 1-11.2 Materials 31 l„ 1-11.2(1) Property/Lot Corners 31 1-11.2(2) Monuments 31 1-11.2(3) Monument Case and Cover 32 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP 32 2-01.1 Description 32 2-01.2 Disposal of Usable Material and Debris 32 2-01.5 Payment 32 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 32 2-02.3 Construction Requirements 32 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 33 ,,., 2-02.3(4) Saw Cutting 34 2-02.3(5) Salvage 34 2-02.4 Measurement 34 ■" 2-02.5 Payment 34 2-03 ROADWAY EXCAVATION AND EMBANKMENT 35 ,,. 2-03.3 Construction Requirements 35 2-03.4 Measurement 35 2-03.5 Payment 36 2-04 HAUL 36 2-04.5 Payment 36 "" 2-06 SUBGRADE PREPARATION 36 2-06.5 Measurement and Payment 36 4-04 BALLAST AND CRUSHED SURFACING 36 4-04.5 Payment 36 5-04 HOT MIX ASPHALT 36 5-04.3(7)A Mix Design 36 5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture 37 5-04.5(1)A Price Adjustments for Quality of HMA 37 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 38 �,. 7-04 STORM SEWERS 38 7-04.2 Materials 38 7-04.4 Measurement 38 "" 7-04.5 Payment 38 7-05 MANHOLES,INLETS,AND CATCH BASINS 39 4110 7-05.3 Construction Requirements 39 7-05.3(1) Adjusting Manholes and Catch Basins to Grade 39 7-05.3(3) Connections to Existing Manholes 40 w City of Renton-South 3rd St and Shattuck Ave S Page iii Special Provisions Intersection Safety Improvement Project July 2009 rrr 7-05.3(5) Adjusting Existing Utilities to Grade 41 7-05.4 Measurement 41 ,go 7-05.5 Payment 41 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 41 7-08.5 Payment 43 7-15 SERVICE CONNECTIONS 43 7-15.2 Materials 43 7-15.3 Construction Requirements 43 7-15.4 Measurement 44 7-15.5 Payment 44 8-14 CEMENT CONCRETE SIDEWALKS 44 8-14.3(4) Curing 44 """ 8-14.4 Measurement 44 8-14.5 Payment 44 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 45 8-20.2 Materials 45 8-20.2(1) Equipment List and Drawings 45 " ' 8-20.3 Construction Requirements 45 8-20.3(1) General 45 .rr 8-20.3(2) Excavating and Backfilling 47 8-20.3(3) Removing and Replacing Improvements 47 8-20.3(4) Foundations 47 8-20.3(4)A Foundation Potholing 47 8-20.3(5) Conduit 47 8-20.3(6) Junction Boxes 48 8-20.3(8) Wiring 48 8-20.3(9) Bonding, Grounding 49 8-20.3(11) Testing 49 WO 8-20.3(14) Signal Systems 49 8-20.3(14)E Signal Standards 49 igo 8-20.3(15) Grout 51 8-20.3(18) Traffic Signal Battery Backup System (BBS) 52 8-20.4 Measurement 52 so 8-20.5 Payment 52 8-22 PAVEMENT MARKING 52 8-22.1 Description 52 8-22.3(5) Installation Instructions 52 8-22.5 Payment 53 r 8-23 TEMPORARY PAVEMENT MARKINGS 53 8-23.5 Payment 53 .10 9-03 AGGREGATES 56 9-03.8(2) HMA Test Requirements 56 City of Renton-South 3rd St and Shattuck Ave S Page iv Special Provisions Intersection Safety Improvement Project July 2009 9-03.8(7) HMA Tolerances and Adjustments 57 9-03.21(1) General Requirements 57 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 57 9-23.9 Fly Ash 57 9-29 ILLUMINATION,SIGNALS,ELECTRICAL 57 9-29.1 Conduit, Innerduct, and Outerduct 57 'r" 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 58 9-29.3 Conductors, Cable 58 9-29.6 Light and Signal Standards 58 e. 9-29.6(1) Steel Light and Signal Standards 58 9-29.6(5) Foundation Hardware 59 9-29.9 Ballast, Transformers 59 9-29.10 Luminaires 59 9-29.11(2) Photoelectric Controls 59 9-29.13(2) Flashing Operations 59 9-29.13(3) Emergency Pre-emption 60 9-29.13(4) Wiring Diagrams 61 .r. 9-29.13(6) Radio Interference Suppressors 61 9-29.13(7) Traffic-Actuated Controllers 61 9-29.16(2) Conventional Traffic Signal Heads 88 9-29.17 Signal Head Mounting Brackets and Fittings 89 9-29.23 Traffic Signal Battery Backup System(BBS) 90 rw 9-29.24 Service Cabinets 93 9-29.24(2) Electrical Circuit Breakers and Contactors 94 9-29.25 Amplifier,Transformer, and Terminal Cabinets 94 "" 9-30 WATER DISTRIBUTION MATERIALS 95 9-30.1 Pipe 95 res 9-30.1(1) Ductile Iron Pipe 95 9-30.5 Hydrants 95 9-30.5(1) End Connections(RC) 95 r 9-30.5(2) Hydrant Dimensions 95 9-30.6(7) Meter Boxes 96 OW NW City of Renton-South 3rd St and Shattuck Ave S Page v Special Provisions Intersection Safety Improvement Project July 2009 Wrr SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS NIP 1-01.1 General Section 1-01.1 is supplemented with: ■. (******) Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1-01.3 Definitions on. Section 1-01.3 is revised and supplemented by the following: (******) Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative who is a currently licensed registered vas engineer in the State of Washington, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equal wa Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. ,,,., The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as"Contract Bond" defined in the Standard Specifications. City of Renton-South 3rd St and Shattuck Ave S Page 1 Special Provisions w Intersection Safety Improvement Project July 2009 Plans The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms iii "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. mmi Points Wherever reference is made to Engineer's points,this shall mean all marks, bench marks, reference points, stakes,hubs,tack, etc.,established by Engineer for maintaining horizontal and vertical control of the work. Provide Means"furnish and install"as specified and shown in the Plans. Secretary,Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. Shop Drawings Same as"Working Drawings"defined in the Standard Specifications. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer,for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals,or aril communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits,ducts, sewers,or storm drains. 1-01.4 Description of Work Section 1-01.4 is a new section. (******) This contract provides for the improvement of the intersection of South 3rd Street (SR 900) and Shattuck Avenue S by replacing the existing fixed-time, traffic signal system components attached to luminaire poles on each corner with new traffic signal poles with mast arms on two corners, new traffic signal components attached to steel luminaire poles on two corners, and new pad-mounted traffic signal controller, battery backup system, and service cabinet. The project also includes: removal of sidewalks,, curb and gutter, asphalt pavement and channelization; grading; drainage facilities;"curb bulbs" with curb and gutter and decorative sidewalks; utilities coordination; signing; new channelization; and other work, all in accordance with the attached Contract Plans,these Contract Provisions,and the Standard Specifications. City of Renton-South 3rd St and Shattuck Ave S Page 2 Special Provisions Intersection Safety Improvement Project July 2009 ow The new traffic signal system will include video stop bar detection even though initially it will be operated fixed-time. All video system components will be provided and made operational by the City except the video cabling. The video cabling will be furnished by the City and installed by the Contractor per Sections 8-20.3(8)and 9-29.22 of the special provisions. .w 1-02 BID PROCEDURES AND CONDITIONS 1-02.6 Preparation of Proposal The third paragraph is revised as follows: (******) All prices shall be in legible figures and words written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point). Each unit price shall also be written in words and where a conflict arises IMO the written words shall prevail. 1-02.6(1) is a new section. (******) 40. 1-02.6(1) Proprietary Information Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public 01" disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 „r., (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt., 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: (******) The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-03 AWARD AND EXECUTION OF CONTRACT ono 1-03.1 Consideration of Bids Section 1-03.1 is supplemented with the following: es. (******) All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: (******) The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: seN (******) City of Renton-South 3rd St and Shattuck Ave S Page 3 Special Provisions Intersection Safety Improvement Project July 2009 SIM Within 10 calendar days after receipt from the City of the forms and documents required to be ws completed by the Contractor, the successful bidder shall return the signed Contracting Agency- prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. S The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-04 SCOPE OF WORK 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: (******) Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check • the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: (******) Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: (******) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final City of Renton-South 3rd St and Shattuck Ave S Page 4 Special Provisions Intersection Safety Improvement Project July 2009 it in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: (******) All salvage material as noted on the plans and taken from any of the discarded facilities shall, at +�• the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. ow The contract price for"Mobilization/Demobilization, Site Preparation and Cleanup, lump sum," shall be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be sirt made. 1-05 CONTROL OF WORK air 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: (******) If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey work, including such work as mentioned in Sections 1-05.4, 1-11 and elsewhere in these specifications as being provided by the Engineer. All costs for this survey work shall be included am in "Contractor Supplied Surveying," per lump sum. The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work it per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow Imo the Engineer or Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. r"" Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. +rr The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING +wr STANDARDS of these specifications. i City of Renton-South 3rd St and Shattuck Ave S Page 5 Special Provisions Intersection Safety Improvement Project July 2009 Ammirenr The Contractor shall keep updated survey field notes in a standard field book and in a format set u by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the quo property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then as the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from j monies due or to become due the Contractor. All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for"Contractor Supplied Surveying" per lump sum if that item is included in the contracts. err Section 1-05.4(3) is a new section: (******) 1-05.4(3) Contractor Supplied Surveying When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. 0 The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed to the Contractor. Payment per Section 1-04.1 for all work and materials required for the full and complete sill survey work required to complete the project and as-built drawings shall be included in the lump sum price for"Contractor Supplied Surveying." Section 1-05.4(4) is a new section: (******) Ii City of Renton-South 3rd St and Shattuck Ave S Page 6 Special Provisions Intersection Safety Improvement Project July 2009 1111 rrr 1-05.4(4) Contractor Provided As-Built Information u"' It shall be the contractor's responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. taw It shall be the contractor's responsibility to have his surveyor locates by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1-11. Major items of work shall include but not be limited to: Manholes, r Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the work covered by this contract, the contractors surveyor shall provide to the City the hard covered field book(s)containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. rrr All costs for as-built work shall be included in the contract item "Contractor Supplied Surveying," lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: (******) Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution "„ of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. 1-05.11(3) Operational Testing i�. Section 1-05.11(3) is supplemented as follows: (******) Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: (******) r+ Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. IN Other utilities, districts, agencies, and contractors who may be working within the project area are: wr City of Renton-South 3rd St and Shattuck Ave S Page 7 Special Provisions Intersection Safety Improvement Project July 2009 iw Ammumminimigaimmoow 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband 3. Qwest Communications 4. City of Renton(water, sewer, transportation) or 5. Soos Creek Water District 6. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. The Contractor shall coordinate with King County Metro Transit when working on this project in the public right-of-way and when impacting transit routes and/or facilities. The Contractor shall prepare and submit the appropriate construction notification documentation for King County Metro Transit and provide copies of such documentation to the Engineer. The documentation may be found at: http://www.kin gcounty.gov/transportation/kcdot/MetroTransit/Constructi on.aspx us 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: (******) ► Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. vie At a minimum,the diary shall show on a daily basis: 1. The day and date. top 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature,quantity, and quality of Contractor's progress on each day. City of Renton-South 3rd St and Shattuck Ave S Page 8 Special Provisions Intersection Safety Improvement Project July 2009 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated,and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of 41" any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. ege Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. .r 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: (******) The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the 010 Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1)...Samples and Tests for Acceptance ""` Section 1-06.2(1) is supplemented a follows: (******) The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: (******) Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. Mit 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ,_ 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: (******) Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. +.w The name and position of such person so designated shall be reported in writing to Engineer by Contractor. City of Renton-South 3rd St and Shattuck Ave S Page 9 Special Provisions Intersection Safety Improvement Project July 2009 Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. �r 1-07.2 State Taxes Section 1-07.2 is supplemented with the following: (******) (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales Tax. The provisions of Section 1-07.2(1) apply. NIS 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: (******) The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of so entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply .rr with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: (******) wo Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11(11) City of Renton Affidavit of Compliances Section 1-07.11(11) is new: (******) Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance".A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (******) Required Federal Aid Provisions , The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor so insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each so City of Renton-South 3rd St and Shattuck Ave S Page 10 Special Provisions Intersection Safety Improvement Project July 2009 +r subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any o"' lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project w Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto,the applicable wage rates,and this Special Provision. 1-07.13(1) General +mo Section 1-07.13(1) is supplemented as follows: (******) During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. owo No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless by special means or ow precautions acceptable to the engineer,the contractor shall be able to overcome them. 1-07.15 Temporary Water Pollution/Erosion Control Section 1-07.15 is supplemented as follows: - (******) For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for"Temporary Water Pollution/Erosion Control" in the Proposal to become a part of the total Bid by the Contractor. Payment will be made at the discretion of Engineer in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions. 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: (******) The Contracting Agency will obtain all easements and franchises required for the project. The contractor shall limit his operation to the areas obtained and shall not trespass on private property. tor The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The contractor shall not unreasonably encumber the premises with his equipment or materials. The contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities w, or storage of materials. He shall construct all access roads, detour roads, or other temporary work as required by his operations. The contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. wo A. General. All construction work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a r"" minimum amount of damage. The contractor shall schedule his work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. rr B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the r"' contractor shall be restored as nearly as possible to their original condition. iM. City of Renton-South 3rd St and Shattuck Ave S Page 11 Special Provisions Intersection Safety Improvement Project July 2009 r 4 Prior to excavation on an easement or private right-of-way, the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. Nit All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used • by side sewer contractors for all work, including excavation and backfill, on easements or rights- of- way which have lawn areas. All fences, markers, mail boxes, or other temporary obstacles shall be removed by the contractor and immediately replace, after the trench is backfilled, in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and rr the Contracting Agency at the expense of the contractor. D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets(traveled ways)used by him if damaged. In the event the contractor does not have labor or material immediately available to make necessary repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. ■l The contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: (******) Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. rt All utility valves,manholes,vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or 1 darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. tod City of Renton-South 3rd St and Shattuck Ave S Page 12 Special Provisions Intersection Safety Improvement Project July 2009 Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. ar. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. opa Call Before You Dig The 48 Hour Locators 1-800-424-5555 811 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Contractor shall make arrangements two working days in advance with the Engineer to have a City representative present when their utility is exposed or modified. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider lop such costs to be incidental to the other items of the contract. Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. i.r In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Payment For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for"Utility Potholing" in the Proposal to become a part of the total Bid by the Contractor. Payment will be made at the discretion of Engineer in accordance with Section 1- 09.6 of the Standard Specifications and these Special Provisions. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for "Resolution of Utility Conflicts" in the Proposal to become a part of the City of Renton-South 3rd St and Shattuck Ave S Page 13 Special Provisions Intersection Safety Improvement Project July 2009 rr nr total Bid by the Contractor. Payment will be made at the discretion of Engineer in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions. 1-07.17(3) Interruption of Services Section 1-07.17(3) is a new section: • (******) Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing �+► temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General "O The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance .w coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution IMPN coverage are acceptable when written on a claims-made basis). The City may also us City of Renton-South 3rd St and Shattuck Ave S Page 14 Special Provisions Intersection Safety Improvement Project July 2009 Iwo tar require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. imi The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be Ems considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. a. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or WO broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations(including CG2503; General Aggregate to apply per project, if applicable) p,u, • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) Sit • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all: • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers'Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage `, sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e. pollution liability). sir CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: City of Renton-South 3rd St and Shattuck Ave S Page 15 Special Provisions Intersection Safety Improvement Project July 2009 ill 4 A. Be on a primary basis not contributory with any other insurance coverage and/or al self-insurance carried by CITY OF RENTON. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause(Cross Liability) D. Policy may not be non-renewed, canceled or materially changed or altered unless Id forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. 1-07.18(3) Limitsiii LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The CONTRACTOR shall carry the following limits Si of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** it Products/Completed Operations $2,000,000 ** Aggregate Each Occurrence Limit $1,000,000 lei Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 Medical Payments(Any One Person) $5,000 Stop Gap Liability $1,000,000 ma * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability ma Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Compensation Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 mia General Aggregate Limit $1,000,000 Products/Completed Operations $1,000,000 Aggregate I Professional Liability(If required) at Each Occurrence/Incident/Claim $1,000,000 Aggregate $2,000,000 The City may require the CONTRACTOR to keep professional liability coverage in effect .1[ for up to two(2)years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in writing in the event any gi general aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3)and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. tii 1-07.18(4) Evidence of Insurance: si Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as r specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: m0 City of Renton-South 3rd St and Shattuck Ave S Page 16 Special Provisions iiiiIntersection Safety Improvement Project July 2009 A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will *at provide the required notification. 1-07.22 Use of Explosives .,,t Section 1-07.22 is supplemented by the following: (******) Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in am strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented by adding the following: (******) The contractor shall be responsible for controlling dust and mud within the project limits and on gio any street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted to the contractor and prompt action in correcting them will be required by the contractor. Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion iffie of the construction process. wr City of Renton-South 3rd St and Shattuck Ave S Page 17 Special Provisions Intersection Safety Improvement Project July 2009 4 illi A` Contractor shall notify and coordinate with all property owners and tenants of street closures, orjji other restrictions which may interfere with their access—at least 24 hours in advance for single- family residential property, and at least 48 hours in advance for apartments, offices, and 1 commercial property. Contractor shall give a copy of all notices to Engineer. iii When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement , access facility is available. liii All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense,except in areas where the iit roadway remains closed to public traffic. Steel plates must be anchored. tt 1-08 PROSECUTION AND PROGRESS i> il Section 1-08.0 is a new section with subsection: (******) 1-08.0 Preliminary Matters 1111111411111 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. et The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule(3+copies) mili 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) .4 List of materials fabricated or manufactured off the project 4 Material sources on the project sii -4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings (bring preliminary list) iii 4 Traffic Control Plans(3+copies) 4 Temporary Water Pollution/Erosion Control Plan .1 In addition,the Contractor shall be prepared to address: iii Bonds and insurance Project meetings–schedule and responsibilities li Provision for inspection for materials from outside sources Responsibility for locating utilitiesrig Responsibility for damage Time schedule for relocations, if by other than Contractor Compliance with Contract Documents oil Acceptance and approval of work Labor compliance,payrolls, certifications oil City of Renton-South 3rd St and Shattuck Ave S Page 18 Special Provisions Intersection Safety Improvement Project July 2009 iti Safety regulations for Contractors'and Owner's employees and representatives Suspension of work, time extensions Change order procedures Progress estimates-procedures for payment tit Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents .. Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts sit The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. "` 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: (******) Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all �► subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: (******) Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows:(******) The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity which has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities which comprise the critical path. For each activity not on the critical path,the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent,or any third party. V** 5. Allowances for delays which could result from normal inclement weather (time extensions due to inclement weather will not be allowed). w. City of Renton-South 3rd St and Shattuck Ave S Page 19 Special Provisions Intersection Safety Improvement Project July 2009 N 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets a� forth specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects,apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. a 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: (******) The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date,and shall end on the Contract Completion Date. art A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work,or one of these holidays: January 1,third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. "< The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall I. be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been -11 established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending City of Renton-South 3rd St and Shattuck Ave S Page 20 Special Provisions Intersection Safety Improvement Project July 2009 vat with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a °ri day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. Additionally, on the following dates in 2009 only the Contractor is prohibited from working: Friday September 4, Monday October 12, and Wednesday November 25. sit The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of wr nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be " charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1- 05.12. "'s' Section 1-08.5 is supplemented as follows: (******) Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items Jig deemed critical by the Contracting Agency, including but not limited to signal controller, cabinet and cabinet equipment, signal standards, and mast arms required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. lax All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor(if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency). Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon obtaining the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: (******) Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. 1111 If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: (******) City of Renton-South 3rd St and Shattuck Ave S Page 21 Special Provisions Intersection Safety Improvement Project July 2009 1111 In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof,Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.11 Contractor's Plant and Equipment The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the contractor's plant and equipment in the performance of any work on the site of the work. The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site from the time contractor's operations have commenced until final acceptance of the work by the engineer and the Owner. The contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced,secured areas. Section 1-08.12 is a new section: (******) 1-08.12 Attention to Work sit The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: a (******) Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in 4 the following manner. Where items are specified to be paid by the cubic yard,the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. 4 W City of Renton-South 3rd St and Shattuck Ave S Page 22 Special Provisions Intersection Safety Improvement Project July 2009 4 +r. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the ire project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for Engineer to acknowledge receipt Olt 6 Pay item number 7 Contract number and/or name It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. est Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. OOP Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the moo project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truck load weight in tons (stamped at source) 4. Net load weight(stamped at source) 5. Driver's name, date, and time of delivery Algt 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: r (******) Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the "Payment"clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the irc Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form requires that said unit Bid Item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for iw City of Renton-South 3rd St and Shattuck Ave S Page 23 Special Provisions Intersection Safety Improvement Project July 2009 aatuit under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Ill Specifications. Pluralized unit Bid Items appearing in these Specifications are changed to singular form. Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Ai Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or"furnished and installed" under these conditions, shall be the responsibility of rr the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. iii 1-09.6 Force Account Section 1-09.6 is supplemented as follows: (******) mil To provide a common basis for all bidders, Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that do the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized in writing by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: (******) Mobilization shall also include, but not be limited to, the following items: site preparation, the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; theiii establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; obtaining permits or licenses required to 1 complete the project not furnished by Owner; demobilization and project clean-up. iiii The Contractor shall provide and maintain up to two, 4'x 8' construction project signs as shown in the standard plans section of the contract documents. The Engineer shall verify in writing the exact field location(s) with the contractor prior to installation of the sign(s). All labor, material, xi and equipment used for providing and maintaining the construction project sign(s) are incidental to the bid item "Mobilization/Demobilization, Site Preparation and Cleanup." This item shall also include providing Engineer and Inspectors with access to telephone, facsimile a machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. mit Payment will be made for the following bid item(s): "Mobilization/Demobilization,Site Preparation and Cleanup,"Lump Sum. 1-09.9 Payments a Section 1-09.9 is supplemented as follows: (******) Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, iiii and other such evidence of Contractor's right to payment as Engineer may direct. 1 Contractor shall submit a progress report with each monthly request for a progress payment. The aiii progress report shall indicate the estimated percent complete for each activity listed on the progress schedule(see Section 1-08.3). iiii City of Renton-South 3rd St and Shattuck Ave S Page 24 Special Provisions Intersection Safety Improvement Project July 2009 lii u. 1-09.11(2) Claims Paragraph 5 is revised as follows: (******) Failure to submit with the Final Application for Payment such information and details as +tis described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: (******) The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at s any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and rr court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 1-10.1 is supplemented by adding the following: (******) When the bid proposal includes an item for "Traffic Control," the work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device. 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor. 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices. 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work. 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged ur during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. City of Renton-South 3rd St and Shattuck Ave S Page 25 Special Provisions Intersection Safety Improvement Project July 2009 Asmimw 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m.,and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic,then a new item or items may be established to pay for such ■i items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the contractor's modification to the traffic control plan(s)appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the 4 sole responsibility of Contractor and all methods and equipment used will be subject to the i approval of Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged tog against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: (******) A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the contract. During non-work periods, the TCS shall be able to be on the job site within a 45-minute fit time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: (******) The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Traffic Control Labor, Procedures and Devices Section 1-10.3 is supplemented as follows: (******) City of Renton-South 3rd St and Shattuck Ave S Page 26 Special Provisions Intersection Safety Improvement Project July 2009 At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1-10.3(3)A Construction Signs Section 1-10.3(3)A paragraph 1 is revised as follows: r. (******) All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, or required to conform to established standards, will be furnished by the Contractor. 10. Section 1-10.3(3)A paragraph 4 is supplemented as follows: (******) .. No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: (******) No specific unit of measurement will apply to the lump sum item of"Traffic Control". No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: (******) Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: "Traffic Control," lump sum. •" The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required by the contract and as directed by the Engineer in conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the ism public. Progress payment for the lump sum item "Traffic Control"will be made as follows: 1. When in initial warning signs for the beginning of the project and the end of construction signs are installed and approved by the Engineer, 30 percent of the amount bid for the item will be paid. 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on a Mit prorated basis in accordance with the total job progress as determined by progress payments. The item "Traffic Control"will be considered for an equitable adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any necessary flaggers will be paid under the item for traffic control. The Lump Sum contract price shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. sr. City of Renton-South 3rd St and Shattuck Ave S Page 27 Special Provisions Intersection Safety Improvement Project July 2009 art The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency-furnished signs The Lump Sum contract price shall be full pay for all costs involved when a person performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties. The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: (******) > 1-11.1(1) Responsibility for surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. 1 All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the id coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American eig Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s)used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established. City of Renton-South 3rd St and Shattuck Ave S Page 28 Special Provisions Intersection Safety Improvement Project July 2009 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. in Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements,and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field oft notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those imi cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. i" Monument Any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall irr be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original • scale remains legible. i City of Renton-South 3rd St and Shattuck Ave S Page 29 Special Provisions Intersection Safety Improvement Project July 2009 If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable)values,all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. us Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -- offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. aiii 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be r located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the ■ii City of Renton-South 3rd St and Shattuck Ave S Page 30 Special Provisions Intersection Safety Improvement Project July 2009 r irr construction staking survey for the improvements being "as-built". The "as-built"survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein and is submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in Section 1-11.1(6)herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in Section 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per Section 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, at this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1)herein. All non corner monuments, as defined in Section 1-11.1(5), shall meet the requirements of kok Section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul de sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right of way, `r a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a kor City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference tr points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per Section 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch rr„r diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. �■' 1-11.2(2) Monuments Monuments per Section 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. City of Renton-South 3rd St and Shattuck Ave S Page 31 Special Provisions Intersection Safety Improvement Project July 2009 1-11.2(3) Monument Case and Cover mg Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: (******) .r The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, rr trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials and private signs. All landscaping materials and signs that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: (******) The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: (******) The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery and private signs where shown in the Plans and directed by the Engineer. me 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3 Construction Requirements Section 2-02.3 is supplemented by adding: (******) Remove completely all existing improvements and facilities as shown on the Plans and as required for construction of the new facilities. Also remove obstructions encountered including, but not limited to, tree roots, stumps, miscellaneous structures, and debris of all types. Except as specified elsewhere or as shown on the Plans, upon their removal, the structures and obstructions, except for items specified to be salvaged, shall become the property of the Contractor and the Contractor shall dispose of them in a manner meeting all requirements federal, state, county, and local laws and regulations. Where existing pipe below new pipe must be removed to construct the new pipe, backfill the so resulting over-excavation with material specified for pipe bedding in Section 2-09, Structure Excavation. ■w City of Renton-South 3rd St and Shattuck Ave S Page 32 Special Provisions Intersection Safety Improvement Project July 2009 NW The following items shall be removed of and disposed of off the project site unless otherwise noted: Item Description Approximate Quantity Catch Basin 4 EA Drainage Pipe 21 LF The quantities listed above are to be included in the lump sum bid price for "Removal of Structures and Obstructions". They are estimates only and are provided for the Contractor convenience as a basis for bidding only. The Contractor shall verify the above quantities before ,,. bidding. The lump sum bid price for "Removal of Structures and Obstructions" shall include all work specified in Section 2-02 (Removal of Structures and Obstructions) whether listed above or not. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is revised and supplemented as follows: (******) Item"1." is revised as follows: In removing pavement, sidewalks, driveways, curbs, and gutters, the Contractor shall haul broken-up pieces to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. ail Removing Existing Pavement Where shown on the plans and as directed by the Engineer, the Contractor shall remove existing pavement irrespective to the type of material encountered. i• Prior to removal, the Contractor shall make a vertical cut the full depth of the pavement to delineate the areas of pavement removal from those areas of pavement to remain. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal shall be conducted in such a manner to prevent damage to adjacent pavement, sidewalk or gutter that is to remain. The Contractor shall replace all pavement, sidewalk, curb and gutter to remain that is damaged due to the Contractor's operation to the satisfaction of the Engineer at no cost to the City. The Contractor shall dispose of all removed concrete and asphalt pavement, curb & gutter, and sidewalk off the project site. These items shall not be incorporated into the proposed roadway section. Removing Existing Cement Concrete Curb and Gutter Where shown on the plans and as directed by the Engineer, the Contractor shall remove existing cement concrete curb and gutter. i„ Curb shall be removed to an existing joint. The removed curb shall become the property of the Contractor and shall be removed from the project. ■r City of Renton-South 3rd St and Shattuck Ave S Page 33 Special Provisions Intersection Safety Improvement Project July 2009 Anw Damage caused to portions of the curb to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removing Cement Concrete Sidewalk Where shown on the plans and as directed by the Engineer, the Contractor shall remove existing cement concrete sidewalk. The removal of cement concrete sidewalk is not considered to be within the roadway excavation limits and will be paid for separately. Prior to removal, the Contractor shall make a vertical saw cut the full depth of the sidewalk to ail delineate the areas of sidewalk removal from those areas of sidewalk to remain. The saw cut shall occur at an existing score line or an expansion joint. The removed sidewalk shall become the property of the Contractor and shall be removed iivao from the project. Damage caused to portions of the sidewalk to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the oil Engineer. 2-02.3(4) Saw Cutting r" The Contractor shall be responsible for ensuring that special precautions are undertaken so that in accordance with Department of Ecology guidelines no concrete(asphalt or cement) or concrete by-products are discharged into any storm drain or surface water. Cutting eii operations will increase the pH of water,therefore filtering is not acceptable. Thoroughly clean saw cuts where necessary by the use of high pressure water(1,400 psi or greater). All wastewater shall be collected using vacuuming and/or pumped into containers for disposal. Disposal may be to soil or other porous surface away from storm drains. Impervious surfaces contaminated from cutting operations shall be cleaned by sweepers to prevent contaminants from entering storm systems. uri Collecting and disposal of wasted water shall be considered incidental to and included in the various bid items involved with the operation. 2-02.3(5) Salvage Casings, frames, grates, covers, and other material value removed from the project shall be carefully salvaged and delivered to the City of Renton Transportation Maintenance and Operations Section in good condition. The Engineer will identify salvageable materials. 2-02.4 Measurement Section 2-02.4 is supplemented by adding: (******) Saw cutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment, but shall be included in other items of Work. Measurement for removal of cement concrete sidewalk shall include the area of existing driveway within the removal area. 2-02.5 Payment Section 2-02.5 is supplemented by adding: r (******) "Saw Cutting", per linear foot "Remove Cement Conc.Sidewalk", per square yard. "Remove Cement Conc. Curb and Gutter", per linear foot. "Remove Asphalt Concrete Pavement," per square yard. City of Renton-South 3rd St and Shattuck Ave S Page 34 Special Provisions Intersection Safety Improvement Project July 2009 1101 All costs related to the removal and disposal of structures and obstructions including saw cutting, irs excavation, backfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, curbs, or gutters lie within an excavation area and are not mentioned as separate pay items, their up removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2- 02.5,and will not be included in the quantity calculated for excavation. Un, 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented as follows: 1r (******) Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed it 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. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the imp Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. lo All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six rr. (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, sir grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks,trash and other debris until final acceptance of the Work. lir Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proof rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. so The Contractor shall provide temporary drainage or protection to keep the subgradefree from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native ww materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. 2-03.4 Measurement Section 2-03.4 is supplemented as follows: trr City of Renton-South 3rd St and Shattuck Ave S Page 35 Special Provisions Intersection Safety Improvement Project July 2009 it At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation, by the cubic yard (adjusted for swell), may be measured by truck in the 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. 2-03.5 Payment Section 2-03.5 is supplemented as follows: so (******) Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made incidental to the following bid items when they are included in the Proposal: "Roadway Excavation Including Haul,"Per Cubic Yard "Gravel Borrow Including Haul," Per Ton 2-04 HAUL 2-04.5 Payment ++� Section 2-04.5 is revised and supplemented as follows: (******) All costs for the hauling of material to, from, or on the job site shall be considered incidental to taw and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented as follows: (******) Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 4-04 BALLAST AND CRUSHED SURFACING 4-04.5 Payment Section is deleted and replaced with: +�+ (******) Payment will be made in accordance with Section 1-04.1, for the Bid item "Crushed Surfacing Top Course", per ton. se 5-04 HOT MIX ASPHALT 5-04.3(7)A Mix Design •�•P Item 2 is deleted and replaced with: (******) am 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9- 03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. �rw City of Renton-South 3rd St and Shattuck Ave S Page 36 Special Provisions Intersection Safety Improvement Project July 2009 The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing HMA Mixture Item 1 is deleted and replaced with: (******) 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA tor Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, pavement repair and other nonstructural applications as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.5(1)A Price Adjustments for Quality of HMA This section is deleted and replaced with: (******) Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: ww Table of Price Adjustment Factors Constituent Factor"f" All aggregate passing: 1 1/2", 1", 3/4", '/z", 3/8"and No. 4 sieves 2 All aggregate passing No. 8,No 16, No. 30,No. 50,No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. City of Renton-South 3rd St and Shattuck Ave S Page 37 Special Provisions Intersection Safety Improvement Project July 2009 2. Commercial Evaluation. If sampled and tested, HMA produced under it Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: (******) The maximum CPF of a compaction lot is 1.00. oilFor each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 7-04 STORM SEWERS ail 7-04.2 Materials Section 7-04.2 is supplemented with the following: Materials for ductile iron pipe, special class 52, storm pipe 12-inch diameter shall meet the requirements of Section 9-30.1(1) of the Standard Specifications. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: (******) The length of storm sewer pipe will be the number of linear feet of completed installation sir measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. " 7-04.5 Payment Section 7-04.5 is supplemented with the following: (******) "Storm Sewer Pipe_In. Diam.", per linear foot "Ductile Iron Storm Sewer Pipe__-In. Diam.",per linear foot The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all work to complete the installation, including adjustment of inverts to manholes. City of Renton-South 3rd St and Shattuck Ave S Page 38 Special Provisions Intersection Safety Improvement Project July 2009 When no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the standard plans, shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure and Obstruction". No separate payment will be made. 7-05 MANHOLES,INLETS,AND CATCH BASINS 7-05.3 Construction Requirements 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1)is replaced with: (******) Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. Where shown on the Plans the existing cast iron ring and cover on manholes and the catch ow basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. Where shown on the Plans the existing cast iron ring and cover on manholes and the catch basin frame and grate shall be removed or replaced with a new rectangular `. frame and solid locking cover or rectangular frame and grate. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover imp and casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be adjusted to the finished elevations per standard detail BR29, SP Page B074, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6" above grade. In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the tor subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be r constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. !rr In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole irr City of Renton-South 3rd St and Shattuck Ave S Page 39 Special Provisions Intersection Safety Improvement Project July 2009 le itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement 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 nil 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 'r patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old aril inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete 4114 pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as �+ for manholes. 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: (******) Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, ,rr curb inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new pipe to fit and regrout the opening in a workmanlike manner. Where directed by the engineer or where shown on the plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and rechanneled as necessary to match the new pipe configuration and as shown on the construction plans. A "connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes,catch basins or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. City of Renton-South 3rd St and Shattuck Ave S Page 40 Special Provisions Intersection Safety Improvement Project July 2009 7-05.3(5) Adjusting Existing Utilities to Grade Section 7-05.3(1) is added as follows: wr (******) Where shown in the Plans or where directed by the Engineer, existing junction boxes, vault risers, meter boxes, shall be adjusted to the finished grade or otherwise designated by the Engineer. 110 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: (******) Adjustments of new drainage structures and miscellaneous items that are part of the new traffic signal system shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Adjustment of existing structures and miscellaneous items such as valve boxes shall be measured by "Adjust Existing Utility to Grade," per each, which shall be full pay for all labor and materials including all concrete for the completed adjustment in accordance with Section 7-05.3(1) and the City of Renton Standard Details. 7-05.5 Payment Section 7-05.5 is supplemented as follows: (******) "Adjust Catch Basin," per each. rte, The unit contract price per each for "Adjust Catch Basin" shall be full pay for all costs necessary to make the adjustment including the new rectangular frame and grate or rectangular frame and solid locking cover, and restoration of adjacent areas in a manner acceptable to the Engineer. "Adjust Existing Utility to Grade," per each. The unit contract price per each for "Adjust Existing Utility to Grade" shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. INN If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost should be included in 0110 the cost of the pipe. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: ,rr (******) Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly +101. tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation `r` shall be made. two City of Renton-South 3rd St and Shattuck Ave S Page 41 Special Provisions Intersection Safety Improvement Project July 2009 or • 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: (******) Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1- 05.5 and 1-11 in a manner consistent with accepted practices. wl The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: fro (******) Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. a 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. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary al plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the ENGINEER may change the alignment and/or the grades. Except for short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. rill Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints has been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: (******) Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. ea City of Renton-South 3rd St and Shattuck Ave S Page 42 Special Provisions Intersection Safety Improvement Project July 2009 tri few 7-08.3(2)H Sewer Line Connections Section 7-04.3(2)H is supplemented by adding the following: (******) All connections not occurring at a manhole or catch basin shall be done utilizing pre- manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe,the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be core-drilled, and shall have an "0" 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 couplers as approved by the Engineer. r.. 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. ,,. 7-08.5 Payment Section 7-08.5 is replaced with: (******) All costs associated with furnishing, installing, and compacting bedding and backfill material +S within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. Unless specifically identified and provided as separate items, structure excavation, dewatering way and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. Shoring or Extra Excavation Class B, shall be considered incidental to the pipe and no further compensation shall be made. 7-15 SERVICE CONNECTIONS 7-15.2 Materials Section 7-15.2 is supplemented with: ■. New water meter boxes shall be Olympic Foundry SM30 or approved equal. 7-15.3 Construction Requirements Section 7-15.3 is supplemented with: City of Renton-South 3rd St and Shattuck Ave S Page 43 Special Provisions Intersection Safety Improvement Project July 2009 irr rw► New water meter boxes shall be installed in accordance with City of Renton standard drawings .� and adjusted flush with finished grade. 7-15.4 Measurement Section 7-15.4 is supplemented with: Water meter boxes will be measured per each box installed, including all materials, labor, and adjusting flush with finished grade. 7-15.5 Payment Section 7-15.5 is supplemented with: (******) "Water meter box", per each. 8-14 CEMENT CONCRETE SIDEWALKS e„ 8-14.3(4) Curing Section 8-14.3(4) is replaced with: (******) us The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: (******) When the contract contains a pay item for "Sidewalk Ramp Type 1B, Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. wr 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: (******) Payment will be made in accordance with Section 1-04.1, for the following bid item included in the schedule of prices: "Sidewalk Ramp Type 1B, Cement Concrete," per each. IOW Saw cutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials, and all other work, materials and equipment required per Section 8-14 shall be included in the per each price for "Sidewalk Ramp Type 1B, Cement .rc Concrete". The cost of replacing over-excavated existing sidewalk removed to existing expansion joints to make room for a sidewalk ramp shall be incidental to the cost of the ramp, and no additional eaw payment will be made. liw City of Renton-South 3rd St and Shattuck Ave S Page 44 Special Provisions Intersection Safety Improvement Project July 2009 tier 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2 Materials 8-20.2(1) Equipment List and Drawings (******) Paragraphs four of Section 8-20.2(1)are revised and supplemented with the following: '•" The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre-approved plans. so 2. Signal standards with or without pre-approved plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. so Paragraph five of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: so The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-20.3 Construction Requirements N, 8-20.3(1) General Section 8-20.3(1)has been supplemented by adding the following: (******) Electrical Order of Work In addition to the requirements for traffic control specified in 1-07.23 (Traffic Control) of these Special Provisions, the Contractor shall keep the existing signal system in full .or operation during construction to the extent practical. When the new signal system is completely operational and approved for turn-on by the Engineer the existing system can be removed. wrr The intersection shall be all-way stop-controlled during all signal down time. Signal down time is allowed between the hours of 9:00 AM and 3:00 PM, but not on a Friday, Saturday, Sunday, holiday or the day before a holiday. The Contractor shall coordinate his work with work to be done or being done by others. The Contractor shall be aware that portions of the work must be coordinated with Puget Sound Energy. Poles designated for removal shall not be removed prior to approval of the Engineer. s.r Removals Removals associated with the electrical system shall not be stockpiled within the job site rr+ without the Engineer's approval. A portion of the existing electrical equipment to be removed shall remain the property of the Contracting Agency. City of Renton-South 3rd St and Shattuck Ave S Page 45 Special Provisions Intersection Safety Improvement Project July 2009 11110 The following shall be disconnected, dismantled, and delivered to the Contracting Agency as eta specified in the subsection Delivery of Removed Items: 1. Luminaire arms and luminaires us 2. Traffic and pedestrian signal displays 3. Pedestrian push buttons and signs 4. Street name signs mounted on mast arms 5. Traffic signal controller and cabinet 6. Electrical service cabinet Remove all wires from salvaged light and signal standards. •� Controller cabinets shall not be removed until all associated electronic equipment is removed by Contracting Agency signals personnel. All other equipment shall be removed ,re by the Contractor and delivered within 24 hours following removal to the Contracting Agency. .11 All removals associated with an electrical system which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. rr The Contractor shall: Remove all wires for discontinued circuits from the conduit system. .O Remove elbow sections of abandoned conduit entering junction boxes. Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer. Remove foundations to a minimum of 24 inches below finished grade. Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. trop Delivery of Removed Items Removed electrical equipment which remains the property of the Contracting Agency shall be delivered to the City of Renton Transportation Maintenance and Operations Section. Five days written advance notice shall be delivered to both the Engineer and the Electronic Parts Specialist at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:30 p.m. Monday thru Friday. Material will not be accepted without the required advance notice. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the Contracting Agency. The Contractor shall be responsible for unloading the equipment where directed by the OW Engineer at the delivery site. Surface Mounted Appurtenances or `r City of Renton-South 3rd St and Shattuck Ave S Page 46 Special Provisions Intersection Safety Improvement Project July 2009 sis Electrical appurtenances to be surface mounted on structures shall be mounted so that a minimum 1/4 inch space is maintained between the appurtenance and structure. 8-20.3(2) Excavating and Backfilling Section 8-20.3(2)has been supplemented by adding the following: (******) 40. 8-20.3(3) Removing and Replacing Improvements Section 8-20.3(3) is supplemented with the following: (******) See Section 8-20.3(2) of these special provisions for trench restoration and street overlay requirements. 8-20.3(4) Foundations Section 8-20.3(4)has been revised and supplemented as follows: (******) The anchor bolts shall match that of the device to be installed thereon. The Engineer shall be present to inspect the complete excavation of foundation shafts for all �r. traffic signal poles with mast arms. The Contractor shall give the Engineer 48 hours notice of when excavation is scheduled. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill "•" material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Foundation shall all be Class 3000 concrete. After the specified curing r.. period, the contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below: ,,,,, 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the Engineer. 2. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made flush with the top of the sidewalk or island. All concrete foundations shall be located as per stationing on the plans or as located by the engineer in the field. 8-20.3(4)A Foundation Potholing Section 8-20.3(4)A is added as follows: imp (******) The Contractor shall field verify the absence of existing utilities at the locations indicated on the plans, or as directed by the Engineer prior to approval of the Signal submittals. Mir 8-20.3(5) Conduit Section 8-20.3(5) is revised and supplemented as follows: low (******) oimp City of Renton-South 3rd St and Shattuck Ave S Page 47 Special Provisions Intersection Safety Improvement Project July 2009 110 The paragraph requiring galvanized steel conduit at certain locations is deleted. Galvanized mot steel conduit shall only be placed if so indicated in the plans. Trench construction shall be per Section 8-20.3(2)above. MN When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work by the Contractor to place the conduit will be paid in accordance with Section 1-04.4. wr Pull Wires shall be installed by the Contractor. All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness of _ conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Condui',t size shall be as indicated on the wiring and conduit schedule shown on plans. Conduit to be provided and installed shall be of the type indicated below: Schedule 40 heavy wall PVC conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. Schedule 80 extra heavy wall PVC conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. 8-20.3(6) Junction Boxes .�► Section 8-20.3(6) is supplemented by adding the following: All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. wr Junction boxes shall have galvanized steel lids and frames. 8-20.3(8) Wiring Section 8-20.3(8) is revised and supplemented with the following: •' (******) All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an w open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. The Contracting Agency will furnish the video detection cabling designated in the Plans as 6-CDE cable to the Contractor for installation. The Contracting Agency will notify the Contractor when and where the cable can be picked up in the Renton area. The Contractor shall give the Contracting Agency three business days notice prior to pick-up. The Contractor shall be responsible for transporting the cable undamaged to the project site and installing the cable as noted in the Plans. The Contracting Agency shall also furnish and City of Renton-South 3rd St and Shattuck Ave S Page 48 Special Provisions Intersection Safety Improvement Project July 2009 uw est install all of the video detection system equipment on mast arms and in the traffic signal "` controller cabinet, make connections to the 6-CDE cable installed by the Contractor, and make the video detection system operational. 8-20.3(9) Bonding, Grounding Section 8-20.3(9) is revised and supplemented as follows: (******) All street light standards, signal poles and other standards on which electrical equipment is for mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a wr 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the plans, specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included with the system or conductors. Ground straps are also miscellaneous items unless a separate pay item is provided in the "Schedule of Prices." 8-20.3(11) Testing Section 8-20.3(11) is supplemented as follows: ,r. (******) Requests for traffic signal turn on will not be considered until a pre-turn on inspection of the signal system has taken place. All discrepancies and deficiencies must be corrected by the contractor and re-inspected prior to requesting signal turn on date. /1111Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. A minimum of three(3) working days notice will be required for signal turn on. Channelization at the intersection must be complete per plan before requesting a signal turn on date. Any deletions of channelization prior to turn on must be approved by the engineer. 8-20.3(14) Signal Systems 8-20.3(14)E Signal Standards Item 3 in Section 8-20.3(14)E is revised as follows: (******) �+ 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard supporting a luminaire. Illumination wiring shall conform to City of Renton Standard Plans. The following supplement is added: 14. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). w. (April 7, 2008) eir City of Renton-South 3rd St and Shattuck Ave S Page 49 Special Provisions Intersection Safety Improvement Project July 2009 rrr Traffic signal standards shall be furnished and installed in accordance with the methods r, and materials noted in the applicable Standard Plans, pre-approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural me Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lock washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. All traffic signal poles shall be painted jet black to match the luminaire poles for the in` project. See Section 9-29. Traffic signal standard types and applicable characteristics are as follows: Type III Characteristics: r Luminaire mounting height 30 ft., 35 ft.,40 ft., or 50 ft. Luminaire arms One Only Luminaire arm type Type 1 Luminaire arm length (max.) 16 ft. Signal arms One Only Type III standards shall conform to one of the following pre-approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length (max)Fabricator-(x)(y)(z) Drawing No. 65 ft. Valmont Ind. Inc.-(2947) DB00625-Rev. H, "" Shts. 1, 2 &3 and "J" luminaire arm +ra 65 ft. Union Metal Corp. (2900) 71026-B87 Rev. 4 Shts. 1, 2 &3 65 ft. Ameron Pole-(2900) W3724-1 Rev. I & .r► Prod. Div. W3724-2 Rev. E and "J" luminaire arm 65 ft. Northwest Signal-(2802) NWS 3500 Rev. 10/14/03 Supply Inc. or NWS 3500B Rev. 10/14/03 .r 45 ft. American Pole(1875) WS-T3J-L, Rev. 1, Shts. 1 & 2 Structures, Inc. 65 ft. American Pole (2913) WS-T3J-H Rev. 1, Shts. 1 &2 Structures, Inc. Type SD Type SD standards require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural w City of Renton-South 3rd St and Shattuck Ave S Page 50 Special Provisions Intersection Safety Lnprovement Project July 2009 ar Supports for Highway Signs, Luminaires and Traffic Signals and pre- approved plans and as follows: 1. A 90 mph wind loading shall be used. 2. The Design Life and Recurrence Interval shall be 50 years for luminaire support structures exceeding 50 feet in height, and 25 years for all other luminaire support structures. or 3. Fatigue design shall conform to AASHTO Section 11,Table 11-1 using fatigue category III. tor Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Ira Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal,registration number, and date of expiration. The cover page shall include the contract number, contract title, and sequential index to calculation page numbers. Two copies of the associated design la calculations shall be submitted for approval along with shop drawings. Details for handholes and luminaire arm connections are available from the Bridges and Structures Office. Foundations for various types of standards shall be as follows: Type III As noted in the Plans. Type SD As noted in the Plans. (March 13, 1995) If traffic signal standards, strain pole standards, or combination traffic signal and lighting standards are required, final verified dimensions including pole base to signal mast arm connection point, pole base to light source distances (H1), mast arm length, tar offset distances to mast arm mounted appurtenances, and orientations of pole mounted appurtenances will be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. lir 8-20.3(14)F Opticom Priority Control Systems Section 8-20.3(14)F is a new section: (******) The Contractor shall supply the manufacturer's software on original disks. Controller cabinets shall have the related harness wired into the cabinet by the supplier. 8-20.3(15) Grout i„ Section 8-20.3(15) is supplemented by adding the following: (******) After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish it conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on °1s the standard detail. City of Renton-South 3rd St and Shattuck Ave S Page 51 Special Provisions Intersection Safety Improvement Project July 2009 8-20.3(18) Traffic Signal Battery Backup System (BBS) Section 8-20.3(18) is new: (******) The BBS equipment and cabinet shall be factory wired ready for operation. Field work will be limited to placing the cabinet and equipment and connecting the field wiring to the art service cabinet and traffic signal controller cabinet. The BBS cabinet shall be installed on a silicone seal pad. The BBS shall conform to the requirements of Section 9-29.23 8-20.4 Measurement Section 8-20.4 is replaced by the following: (******) ■1i When shown as lump sum in the Plans or in the proposal as traffic signal system no specific unit of measurement will apply, but measurement will be for the sum total of all items to be removed, including but not limited to poles,junction boxes, service cabinet and controller, and for the sum total of all items for a complete traffic signal system to be furnished and installed. 8-20.5 Payment Section 8-20.5 is replaced by the following: (******) Payment will be made in accordance with Section 1-04.1 for the following bid item included in the schedule of prices: "Traffic Signal System Complete", lump sum. The lump sum contract price for"Traffic Signal System Complete", shall be full payment for the removal of the existing traffic signal system and construction of the complete new traffic signal system. Removal of the existing traffic signal system as shown in the Plans and herein specified, jai includes concrete foundations,junction boxes, conduit, and wiring. All additional materials and labor not shown in the Plans or called for herein and which are required to complete the removal, shall be included in the lump sum contract price. Construction of the the complete electrical traffic signal system, as described above and shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing material, and for making all required tests. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract price. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: (******) it Crosswalk Line(Replacement) A SOLID WHITE line, 8 inches wide and at least 10 feet long, generally installed parallel to another crosswalk stripe with 8 inches between stripes and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes or at five foot intervals. See City of Renton Standard Detail H008. Stop Line(Replacement) A SOLID WHITE line 12 inches wide as noted on the Contract plans. mit 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: (******) City of Renton-South 3rd St and Shattuck Ave S Page 52 Special Provisions Intersection Safety Improvement Project July2009 A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.5 Payment Section 8-22.5 is supplemented as follows: (******) Payment will be made in accordance with Section 1-04.1 for the following bid items included in the schedule of prices: aim "Remove Plastic Crosswalk Line" per square foot. The contract price for all removal bid items in the schedule of prices shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the plans, specifications and detail sheets. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under "Traffic Control," if that item is included as a bid item. wa CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS r. Amended April 4, 2005 by Ordinance 5131 SECTION 1 PURPOSE The purpose of this code section is to establish guidelines for the restoration of City streets OIL disturbed by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. SECTION 2 DEFINITIONS Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer, or their designated representative. SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer. SECTION 4 APPLICATION 1. The following standards shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. 2. Modifications or exemptions to these standards may be authorized by the Planning/Building/Public Works Administrator, or authorized representative, upon written request by the permittee,their contractor or engineer and demonstration of an equivalent alternative. SECTION 5 INSPECTION The Engineer may determine in the field that a full street-width(edge-of-pavement to edge-of- pavement)overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or damaged. lop City of Renton-South 3rd St and Shattuck Ave S Page 53 Special Provisions Intersection Safety Improvement Project July 2009 ma 3. Any other construction related activities that require additional pavement restoration. aft SECTION 6 CITY OF RENTON STANDARDS 1. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road,Bridge, and Municipal Construction prepared by ilii the Washington State Chapter of the American Public Works Association(APWA) and the Washington State Department of Transportation(WSDOT)and shall comply with the most current edition. NI An asphalt paver shall be used in accordance with Section 5-04.3(3)of Standard Specifications.A"Layton Box"or equal may be used in place of the power- propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of et the Standard Specifications. "Plate Compactors" and"Jumping Jacks" SHALL NOT be used in lieu of rollers. 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard +W Details, unless modified by the City Permit. Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. SECTION 7 REQUIREMENT FOR PATCHING, OVERLAY,OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot(1')outside the trench width. The top two inches(2") of asphalt shall be ground down to a minimum distance of one foot(1') beyond the actual outside edges of the �'�' trench and shall be replaced with two inches (2")of Class B asphalt, per City of Renton Standards. At the discretion of the Engineer,a full street width overlay may be required. Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. .xi 1. Trenches(Road Crossings): a The minimum width of a transverse patch(road crossing) shall be six and one- half feet(6.5'). See City of Renton Standard Plan Drawing SP Page H032-1. w b Any affected lane will be ground down two inches(2")and paved for the entire width of the lane. c Patch shall be a minimum of one foot(1')beyond the excavation and patch length shall be a minimum of an entire traveled lane. r d If the outside of the trenching is within three feet(3')of any adjacent lane line, the entire adjacent traveled lane affected will be repaved e An area including the trench and one foot(1')on each side of the trench but not less than six and one half feet(6.5')total for the entire width of the affected mg traveled lanes will be ground down to a depth of two inches(2").A two-inch(2") overlay of Class B asphalt will be applied per City standards. 2. Trenches Running Parallel With the Street: r • ii a The minimum width of a longitudinal patch shall be four and one-half feet(4.5'). See City of Renton Standard Plan Drawing SP Page H032. b If the trenching is within a single traveled lane,an entire lane-width overlay will be required. sii c If the outside of the trenching is within three feet(3')of any adjacent lane line, the entire adjacent traveled lane affected will be overlaid. d If the trenching is greater than, or equal to 30%of lane per block(660-foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid.Minimum overlay shall include all patches within the block section. e The entire traveled lane width for the length of the trench and an additional ten feet(10')at each end of the trench will be ground down to a depth of two inchesad (2").A two-inch(2")overlay of Class B will be applied per City standards. i iiii City of Renton-South 3rd St and Shattuck Ave S Page 54 Special Provisions Intersection Safety Improvement Project July 2009 f i3 3. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot(1')beyond the excavation. All affected lanes will be ground down to a depth of two inches(2")and paved not less than six and one half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet(5') in length, width or diameter shall be restored to trench restoration standards. In all cases,potholes shall be repaired per City of Renton Standard Plan SP Page H032. Restoration requirements utilizing vactor equipment will be determined by the engineer. SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches(2")of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. v SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS 1. Trench restoration shall be either by a patch or overlay method, as required and indicated on City of Renton Standard Plans SP Pages H032, H032A, and H033). las 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet(2')outside the excavated trench width. 3. All trenching within the top four feet(4')shall be backfilled with crushed surfacing sit materials conforming to Section 4-04 of the Standard Specifications. Any trenching over four feet(4') in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four-foot(4')depth. If the existing material(or other material) is determined by the Engineer to be suitable for backfill,the contractor may use the native material,except that the top six inches(6") shall be crushed surfacing top course material. The trench shall be compacted to a minimum ninety-five percent (95%)density,as described in Section 2-03 of the Standard Specifications. In the top six feet(6')of any trench, backfill compaction shall be performed in eight to 12-inch (8-12") lifts. Any trench deeper than six feet(6')may be compacted in 24-inch lifts, up to the top six-foot(6')zone. All compaction shall be performed by mechanical methods. The compaction tests may be performed in maximum four-foot(4')vertical increments. The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. is 4. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix(cold mix),Asphalt Treated Base(ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench,bladed out and rolled. After rolling,the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary restoration does not hold up,the Contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days a week. In the event that the City determines to repair the temporary patch,the contractor shall reimburse the City in an amount that is double the City's cost in repairing the patch,with the second half of the reimbursement to represent City overhead and hidden costs. Nig 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans SP Pages H032, H032-1, and H033)or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9-02.1(4)of the Standard Specifications. 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6)of the Standard irs Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. Myr City of Renton-South 3rd St and Shattuck Ave S Page 55 Special Provisions Intersection Safety Improvement Project July 2009 ii 7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches (12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches(4")for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering, as required by the Engineer, shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13)of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans SP Pages H032, H032-1,and H033). Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%) of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being at supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench.restoration. It is intended to show the inspector, and the City, �. that the restoration meets these specifications. 8. All joints shall be sealed using paving asphalt AR-4000W. 9. When trenching within the unpaved roadway shoulder(s),the shoulder shall be restored to its original condition, or better. 10. The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen(15)working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Tl Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen(15)working day time frame and not allow any time extension. Should this occur,the Contractor shall perform the necessary work, as directed by the Engineer. 11. A City of Renton temporary Traffic Control Plan(from Renton Transportation Engineering) shall be submitted and approved by the Engineer a minimum of three (3)working days prior to commencement of work. SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS tai REQUIRED The Permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. Section 9-00(A) is a new section: (******) 9-03 AGGREGATES 9-03.8(2) HMA Test Requirements Section 9-03.8(2)is supplemented with the following: 011 City of Renton-South 3rd St and Shattuck Ave S Page 56 Special Provisions Intersection Safety Improvement Project July 2009 40, amp ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 2.5 million. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: (******) we 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: irr Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", 3/4", '/2", and 3/8"sieves ±6% ±8% oar U.S.No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% ±8% U.S.No. 16 sieve ±4% ±6% U.S.No. 30 sieve ±4% ±6% U.S.No. 50 sieve ±4% ±6% U.S.No. 100 sieve ±3% ±5% U.S.No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA Min. and max. as listed in 9-03.8(2) Va 2.5% minimum and 5.5%maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.21(1) General Requirements Section 9-03.21(1) is supplemented with the following: (******) The Owner encourages the use of recycled materials whenever practicable, provided that those materials meet or exceed all applicable requirements described elsewhere in the contract specifications. Should recycled materials be utilized, the Owner requires that a Recycled Product Reporting Form be completed by the Contractor. e. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash Section 9-23.9 is revised as follows: on (******) Fly ash shall not be used around water lines. es, 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Section 9-29.1 is supplemented by adding the following: +�. (******) The conduit P.V.C. -non-metallic shall be of the two types indicated below: City of Renton-South 3rd St and Shattuck Ave S Page 57 Special Provisions Intersection Safety Improvement Project July 2009 lair 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM Standards, to be used in all on installations under roadways. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes Section 9-29.2 is supplemented with: (******) Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets. Junction boxes for copper wire shall incorporate a locking lid per City of Renton Standard Plan. 9-29.3 Conductors, Cable Section 9-29.3 is revised and supplemented as follows: (******) Supplement: nit Each wire shall be numbered alt each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to Olt complete the installation of the signal and lighting equipment as shown on the plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical.Code. ar` When included in the contract, the shielded communications/signal interconnect cable shall meet the following: 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone no industry color coding. 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays (twist lengths)to minimize cross talk and meet strict capacitance limits. /A 4. Shielding:A corrosion/oxidation resistant tinted ethylene copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A.005 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black, low density high molecular weight virgin polyethylene (compounded to withstand sunlight, temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a continuous covering. OA 6. Footage markings: footage markings must be printed sequentially a minimum of 2' along the outer jacket. 7. Filling: the entire cable within the outer jacket is flooded with petroleum-polyethylene gel filling compound including the area between the outer jacket and the shield. 9-29.6 Light and Signal Standards Section 9-29.6 is supplemented with: (******) .r Light standards (including Type 2 luminaire arms) and signal standards (including Types III and SD) shall be finished with a texture black color. The anchor bolt pattern shall match the pattern of the device to be installed therein. Nil 9-29.6(1) Steel Light and Signal Standards Section 9-29.6(1) is supplemented with: (******) Steel light standards and signal standards and mast arms, shall be galvanized and then painted jet black in color. Textured color finish shall be Standard Lumec Color BKTX, or approved equal. Application of polyester powder coat paint shall be 4 mils / 100 microns. The chemical no City of Renton-South 3rd St and Shattuck Ave S Page 58 Special Provisions Intersection Safety Improvement Project July 2009 composition shall provide highly durable UV and salt spray resistant finish in accordance to the ASTM-B 117-73 standard and be humidity proof in accordance to the ASTM-D2247-68 standard. 9-29.6(5) Foundation Hardware Section 9-29.6(5) is supplemented with: (******) The anchor bolt pattern shall match the pattern of the device to be installed therein. 9-29.9 Ballast, Transformers Section 9-29.9 is supplemented by adding the following: (******) "" The Ballast shall be pre-wired to the lamp socket and terminal board. 9-29.10 Luminaires Section 9-29.10 is supplemented by adding the following: Wit (******) The filter shall be charcoal with elastomer gasket. ,r. Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate refractor. The luminaire nearest the service cabinet shall have a photocell on top for controlling the contactor for the illumination circuits in the service cabinet. "' Luminaire housings shall be painted jet black in color to match the steel light and signal standards. Housings shall withstand a 1,000-hour salt spray test as specified in ASTM B 117. giro Luminaires shall use 250 watt horizontal HPS lamps operating on 240 Volts with built-in auto- regulator ballast. Light distribution shall be IES Type III cut-off type distribution. The manufacturer's name or symbol shall be clearly marked on each luminaire. Off 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with: (******) The photoelectric control for the illumination circuit(s) shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable turn-on values in the temperature range of- 55 degrees C to +70 degrees C. The photo cell shall be mounted externally on top of the project luminaire closest to the electrical service cabinet. The photo cell shall be capable of switching — "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(2) Flashing Operations The following items in Section 9-29.13(2)are revised as follows: gior (******) 2. Police Panel Switch. When the flash-automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash and remove power from the controller. When the switch is placed on automatic, power shall be applied to the controller to initiate start-up sequence. 3. Cabinet Switches. When the flash-automatic switch located inside the controller w* cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall continue to function. When the flash-automatic switch is placed in the automatic position, the controller shall immediately resume normal cyclic operation. Adjacent to the flash-automatic switch shall be a controller on-off switch. If the flash-automatic switch is in the automatic position City of Renton-South 3rd St and Shattuck Ave S Page 59 Special Provisions Intersection Safety Improvement Project July 2009 and the controller on-off switch is placed in the OFF position, the signals shall immediately revert to flash. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; .r however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays. The following is a supplement to Section 9-29.13(2): 6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. 9-29.13(3) Emergency Pre-emption Section 9-29.13(3) is replaced with: (******) Immediately after a valid call has been received, the preemption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. 11111, Preemption shall sequence as noted in the contract. Preemption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. Termination of the pre-emption sequence shall NOT place a call on all vehicle and pedestrian phases. Pre-emption indicators, if required, shall turn on when the controller reaches the pre-empted phase. Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack wired to accept 3-M discriminator type units. The pre-emption system operation shall be compatible with the 700 Series 3M company "opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. .r The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed "line of sight" path. The system shall cause the traffic signals controller to move into an appropriate fire pre-emption program. This optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following components: 1. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy emitter's signal. 2. Discriminators which shall cause the signal controller to go into internal pre- emption which will give the authorized vehicle the right of way in the manner Sig/ shown on the phase sequence diagram. 3. Pre-emption Indicator Lights. Optical Detector 1. Shall be of solid state construction. 2. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. ast 3. Shall operate over an ambient temperature range of-40°F to+180°F (-40°C to +85 °C). 4. Shall have internal[ circuitry encapsulated in a semi-flexible compound and shall be impervious to moisture. 5. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on not less than thirty microseconds. Discriminator City of Renton-South 3rd St and Shattuck Ave S Page 60 Special Provisions Intersection Safety Improvement Project July 2009 ire Each module shall do the following: 1. Shall provide for a minimum of two channels of optical detector input. 2. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. lit When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. 9-29.13(4) Wiring Diagrams Section 9-29.13(4) is modified and supplemented by retaining the first three sentences and replacing the remainder with: (******) The controller cabinet shall have a waterproof envelope with a side access attached to the Yr inside of the cabinet door. There shall be four (4) complete sets of controller cabinet schematics as well as manuals for all assemblies and sub-assemblies. The controller cabinet schematics shall include the intersection name, and an intersection diagram that shall include intersection phasing and loop assignments. There shall be a digital compact disk (CD) containing the controller cabinet schematics in AutoCAD digital file format. 9-29.13(6) Radio Interference Suppressors jr Section 9-29.13(6) is supplemented by adding the following: (******) A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from tot other devices within the cabinet. 9-29.13(7) Traffic Actuated Controllers Section 9-29.13(7) is revised and supplemented with: Ira (******) NEMA Traffic Sinal Controllers: 1. The NEMA controller shall be an Eagle Model EPAC300-M50 or equal and shall meet the following specifications: 1.1 Required Standards Traffic signal controller shall meet or exceed all requirement of the NEMA TS2- 1998 specification. Equipment supplier shall provide a letter from an independent air testing laboratory certifying controller compliance to the NEMA TS2-1998 specification. 1.2 Standard NEMA Configurations Two Input/Output configurations shall be provided: a. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface Unit b. NEMA TS-2 Type 2 for direct parallel connection to load switches and detectors 1.3 Central Processor Unit(CPU) In addition to NEMA requirements,the CPU shall provide the following: a. Microware OS-9 Operating System with runtime license b. Motorola 68360 microprocessor,25 Mhz version c. 4 Megabytes minimum dynamic random-access memory(DRAM) d. 8 Megabytes minimum FLASH memory organized as a disk drive e. 512 Kilobytes minimum static random-access memory(SRAM) f. Time of Day (TOD) clock with hours, minutes, seconds, month, year, and automatic daylight savings time adjustment. TOD may be implemented in Nr City of Renton-South 3rd St and Shattuck Ave S Page 61 Special Provisions Intersection Safety Improvement Project July 2009 air the CPU via electronic circuitry, operating system software, or a combination. g. During power failures, the SRAM and TOD shall be powered by STANDBY voltage from the power supply. 1.4 Power Supply ei In addition to NEMA requirements, the Power Supply shall provide the following: a. Line Frequency Reference signal shall be generated by a crystal oscillator, which shall synchronize to the 60-Hz VAC incoming power line at 120 and 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 8.333 ms half-cycle pulse duration, and 50 +/- 1% duty cycle. The Line Frequency Reference shall compensate for missing pulses and line noise during normal operation. The Line Frequency Reference shall continue through 500 MS power interruptions. b. STANDBY voltage via supercapacitor for backup power during loss of service voltage shall be provided. Supercapacitor shall have a minimum of 15-farad nominal size. No batteries of any type are allowed. 1.5 Keyboard and Display In addition to NEMA requirements, Keyboard and Display shall provide the following: a. Removable by pulling off, installed by pushing on,without use of tools b. Stowed extension cord to allow remote use of keyboard and display c. Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard d. Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard e. Liquid Crystal Display(LCD)with 8 lines of 40 characters f. LCD contrast adjustment accomplished via the keypad, no contrastknob allowed. g. Light-emitting diode backlight for the LCD. h. Audible electronic bell. i. Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC 1 Standard, with the addition of+5VDC supplied by the controller on C60, Pin j. Keyboard and display may be deleted for cost savings by the Agency. 1.6 Communications In addition to NEMA requirements,the controller shall provide the following: a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers(IEEE),one unique IP address for each controller. c. Built-in Infrared (IR) wireless port compatible with Microsoft Windows for Pocket PC Infrared RAW mode. d. Built-in 1200 bps Frequency Shift Keying(FSK)modem. Modem is optional per Agency specification. Choice of 2 or 4 wire operation per Agency specification. e. Built-in EIA-232 port for uploading and downloading applications software, as well as to update the operating system. f. Built-in C60 connector for use with removable Keyboard and Display, iti Personal Computer COMI or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO/ITE ATC standard. 1.7 Controller Housing In addition to NEMA requirements, the controller housing shall provide the following: a. Seven slots with card guides for standard 3U size Versa Module Europe expansion modules. The expansion modules and mating back plane board in controller are optional,per Agency specification. rrr b. Two slots with card guides for standard Joint NEMA/AASHTO/ITE ATC modems. The modems and mating back plane board in the controller are optional, per Agency specification. c. Polycarbonate construction, except back panel,rear mounting tabs and power supply mounting plate shall be aluminum for electrical grounding. I City of Renton-South 3rd St and Shattuck Ave S Page 62 Special Provisions Intersection Safety Improvement Project July 2009 aa d. Built-in carrying handle a" e. Two adjustable front mounting feet, used to raise the front cables and vary the display viewing-angle. 1.8 Traffic Control Software Functions In addition to NEMA requirements,the controller shall provide the following: a. 16 Vehicle Phases b. 16 Pedestrian Phases r c. 4 Timing Rings d. 16 Overlaps e. 80 Detectors f. Status: Ring Timers, Coord Timers, Preempt Timers, Time Base, lie Communication, Detector Diagnostics, Intersection, Input/Output g. Reports: Local Alarm Log, Comm Fault Log, Detector Fault Log, System Detector Log, MOE Log, Speed Log,Volume Count Log, Cycle MOE Log h. Coordination Modes: Permissive Mode,Yield Mode, Permissive Yield Mode, as Permissive Omit Mode, Sequential Omit Mode,Full Actuated Mode. i. Adaptive Traffic Control: Adaptive Maximum Routines,Adaptive Protected/ Permissive Routines, Conditional Virtual Split Routines, Coordinated Adaptive Split Routines. j. Preemption/Priority Routines k. Standard Reports 1. Built-In Diagnostics m. Time Base Control: 99 Day Programs, 10 Week Programs, 250 Events NEMA and 2070N Traffic Signal Controller Firmware: I. The controller shall have Eagle SE-PAC firmware or equal installed. ' 2. Operating Displays shall be via front panel and laptop computer. 2.1 The dynamic displays listed below shall be provided to show the operational status of the controller.Additional displays shall be offered for programming. x,116 2.1.1An intersection status display shall indicate the active status of all signal driver outputs and vehicle plus pedestrian calls. When this display is active, vehicle and/or pedestrian calls may be placed from the keyboard. 2.1.2An active timer display shall show a summary of ring, phase, coordination, h preemption and time-based control status. The menu shall provide for the selection of any combination of the rings for display (R1 + R2, R3 + R4, RI + R3, etc.). This active timer display shall indicate current interval, pedestrian, density, passage, and maximum timing by phase and ring. The status of vehicle and pedestrian phases shall be displayed in combination with vehicle and pedestrian calls. Operational modes shall also be displayed e.g. Time Base, Interconnected, System, Backup, Manual, System Flash, Start Flash, Stoptime, Preempt, Priority, Diagnostic Flash, etc. When this display is active vehicle and/or pedestrian calls may be placed. 2.1.3A coord timers display shall allow viewing of the real time status of coordination timer(s) and parameters for the active pattern. The coord timers display shall indicate the command source, current pattern information, local/system cycle count, offset mode, offset correction, time-based control status, coord mode, max mode, force-off mode, phase pattern & mode and permitted phase&control data. 2.1.4A preempt timers display shall indicate preemption (railroad, fire, emergency) and low priority (bus) status. When a preemptor is active, the display shall also indicate preemptor interval and timer countdown as well as priority lockout and max call time out. 2.1.5A time base status display shall indicate the current time and date, the current day and week program, the active programmed selections of the coordination pattern and auxiliary functions. imp 2.1.6A detector status display shall indicate the current status for up to 80 detectors. The display shall show the status as determined by the detector City of Renton-South 3rd St and Shattuck Ave S Page 63 Special Provisions Intersection Safety Improvement Project July 2009 diagnostics capability of the controller. The condition will be reported as one of the following states: on-line, failed open loop, failed shorted loop, failed excessive inductance change, failed niax presence diagnostic, failed no activity diagnostic, failed erratic counts diagnostic, BIU frame fault, not supported or "LWD" (not detector, detector failure or detector watchdog timeout). 2.1.7A conflict monitor display shall indicate the current status of the conflict monitor,all channel RYG inputs,and up to six(6)faults simultaneously. 3. Programming 3.1 Programming displays shall use front panel and laptop computer and shall meet the following requirements: 3.1.1 Programming displays in the form of menus shall aid the operator in entering nil data from the front-panel keyboard {if controller has a keyboard). 3.1.2A main menu shall allow the user to select a major function of the controller. A submenu shall then be displayed to allow the user to select a sub-function within the major function. ad 3.1.3 English language and traffic engineering terminology shall be used throughout to facilitate programming. The display organization shall allow traffic personnel to program the controller without using reference cards or manuals. 3.1.4Programming entries shall consist of alpha or numerical values. During program entry, the new data shall be displayed as it is entered. Entries shall only be validated and stored when the ENTER("E")key or the cursor key is pressed. 3.2 Programming Methods 3.2.1 The methods listed below shall be available for controller programming. The manufacturer shall be able to provide as off-the-shelf items all of the firmware and software required to affect the listed programming methods and to implement network operation with system masters and host PC's. a. Manual data entry via the front panel keyboard. m, b. Data downloading via telemetry from a system master connected to a host PC in a closed-loop system. c. Data downloading from a portable PC-compatible computer via null- modem cable. d. Data downloading from a PC-compatible computer via modem. e. Data downloading from one controller to another using a serial port on each controller. 3.3 Programming Security 3.3.1 The firmware shall prevent the alteration of keypad set unit variables prior to the user having entered a specific code. No access code shall be required to display data.Access codes shall initially be set at "0000". Entry of a code of "9999"shall prevent access from being turned off. 3.4 Programming Utility Functions 3.4.1A copy function shall permit copying all timing data from one phase to another. It shall also permit copying all coordination pattern data from one pattern to another. This feature shall facilitate data entry when programming any two or more phases with the same timing values and/or two or more coordination patterns with the same pattern data. 3.4.2The firmware shall contain a backup database stored in nonvolatile memory. A copy function shall permit transferring the backup database to the active database. An alternate database for interchange control operation shall be selectable. 3.4.3A print function shall allow the printing of firmware data and detector count, detector failure, and event logs. The firmware shall be capable of interfacing with any printer with an RS-232 interface and capable of a minimum width of 80 columns. The printer configuration shall provide user selection of baud rate (1200, 2400, 4800, 7200, 9600, & 19200), data bits (7 or 8), and parity (odd, even,and none). City of Renton-South 3rd St and Shattuck Ave S Page 64 Special Provisions Intersection Safety Improvement Project July 2009 ar 3.4.4A display or laptop computer screen shall allow the user to view the controller software version number. 3.4.5A display or laptop computer screen shall assist the user in programming the conflict monitor programming card based on the controller unit ring structure and overlap programming. 4. Actuated Control Functions shall provide: 4.1 Phase sequence 4.1.1 The phase sequence of the controller shall be programmable in most any combination of sixteen phases and four timing rings. 4.1.2Phase sequence information shall be changeable and shall be stored in FLASH memory. 4.1.3The standard phase sequence of the controller also shall be capable of being l' altered by coordination, time-of-day or external alternate sequence command. Each of the fifteen alternate sequence commands shall allow reversing the normal phase sequence of eight phase pairs. The sixteen total sequences shall offer every combination of lead-lag on an eight phase quad-left application. 4.1.4The firmware shall provide an adaptive protected/permissive sequence capability which measures the volume of left turn vehicle traffic and available gap windows in the opposing through vehicle traffic to determine liar whether the turn should operate in protected or permissive mode. 4.1.5The firmware shall provide the ability to inhibit service of a phase based on another phase being ON. 4.1.6The firmware shall provide control of five-section, protected/permissive left turn heads. When selected, this feature shall cause the through (even) phase yellow to inhibit display of the left turn(odd)phase yellow. 4.2 Timing intervals 4.2.1 Timing intervals shall be programmable from 0-999 in one second increments or from 0-99.9 in one-tenth second increments, depending on the function. 4.2.2Guaranteed minimum interval values of 3.0 seconds shall be set for all yellow clearance timings(normal and preempt routines). 4.2.3Cars before reduction shall provide a user-specified number of actuations, or cars waiting, that must occur before starting gap reduction. Gap reduction shall be initiated by either time before reduction or cars before reduction, whichever reaches its maximum value first. 4.2.4The firmware shall be capable of alternate passage / maximum timings for each phase. Up to three alternate passage timings and maximum green timings shall be selectable based on time of day. 4.2.5The firmware shall be capable of dynamically extending the maximum green time for each phase based on vehicle demand. Up to three dynamic maximum green intervals shall be selectable per phase based on time-of-day. The initial r interval shall be selectable as either Max 1 or Max 2. If the phase terminates due to max-out for two successive cycles, then the maximum green time in effect shall automatically be extended by one dynamic step interval on each successive cycle until it is equal to the selected Max. If the phase gaps out for two successive cycles,then the maximum green time shall be reduced by one dynamic step interval until such subtraction would mean the adaptive max was less than the smaller of the normal max or the dynamic max value. • 4.3 Overlaps 4.3.1 The firmware shall provide sixteen internally-generated overlaps (A through P). These shall be individually programmable. 4.3.2Each overlap shall be individually programmable to enable the green to remain on following termination of the parent phase green (trailing operation). The firmware timing for the trailing operation shall include green (0-999 seconds), yellow (0-99.9 seconds) and red (0-99.9 seconds) timing intervals for each overlap. 4.3.3 Each overlap shall provide an entry(phase number)that will omit the overlap trailing operation when the entered phase is ON. fig City of Renton-South 3rd St and Shattuck Ave S Page 65 Special Provisions Intersection Safety Improvement Project July 2009 lI 4.3.4Each overlap shall provide an entry(phase number)that will omit the overlap trailing operation when the entered phase is NEXT. 43.SEach overlap shall provide an entry (phase number) that will prevent the overlap from outputting a green when the entered phase is outputting a green and outputting a yellow when the entered phase is outputting a yellow. 4.3.6Each overlap shall provide an entry (phase number) that will prevent the overlap from outputting a green until the entered phase is outputting a green. 4.4 Conditional Service mii 4.4.1 The firmware shall provide a programmable conditional service feature. When selected, the controller shall service an odd-numbered phase once normal service to that phase has been completed and enough time for additional service exists on the concurrent even phase. mii 4.5 Additional Features 4.5.1 The following features shall be programmable for each phase: a. Phase in use b. Locking/non-locking detector memory c. Vehicle recall(Minimum,Maximum, and"Soft) d. Pedestrian recall e. Recall Delay 4.5.2Soft recall shall return the firmware to the programmed phase when a conflicting phase is in green or red dwell and there are no serviceable conflicting calls. 4.5.3Recall delay shall cause the programmed recall (min, max, soft, and ped) to occur the programmed seconds(0-999)after the phase termination. 4.5.4The firmware shall permit power-up start and external start to be programmed by phase and interval. Start intervals shall be green, yellow or red. ad 4.5.SDuring a power-up start condition,the firmware shall be capable of timing an all-red or flash interval before the start phase(s)and interval are displayed. 4.5.6The firmware shall provide last-car passage operation on a per phase basis. When selected, this feature shall provide a full passage (vehicle extension) interval when a phase gaps out with a gap in effect less than the vehicle extension interval(preset gap). 4.5.7The firmware shall provide both single and dual entry operation. When selected, dual entry shall cause the firmware to ensure that one phase is timing in each ring. 4.5.8The firmware shall provide the following additional selectable pedestrian functions: a. Actuated phase Rest In Walk. b. Flashing WALK output. c. Pedestrian Clearance protection during manual control. d. Pedestrian Clearance through yellow or through yellow and red clear. 4.5.9The firmware shall provide a programmable simultaneous gap termination feature. When programmed, phases in both rings shall gap out together in order to terminate the green interval and cross the barrier. 4.5.10 The firmware shall provide automatic flash selection per the requirements of the MUTCD. Both the flash entrance and exit phases shall be programmable, and flashing shall be controlled by either setting the voltage monitor output to be FALSE or by flashing through the load switch driver ii outputs. Automatic flash shall be selectable by external input, system command, or time of day. 4.5.11 The firmware shall provide dimming for selectable load switch outputs. Dimming shall be accomplished by inhibiting the selected outputs for alternate half cycles of the 120 VAC line. Dimming shall be controllable by time of day and an external input. Programming shall permit individual dimming of the Green/Walk, Yellow/Ped Clear, Red/Don't Walk outputs for each load switch. City of Renton-South 3rd St and Shattuck Ave S Page 66 Special Provisions Intersection Safety Improvement Project July 2009 Irr r 5. Coordination Coordination functions to control intersection cycle lengths, system offset relationships, and phase split percentages shall be provided as a standard feature, with no need for additional modules or software. 5.1 Coordination Modes The normal coordination mode shall be selectable. Each pattern shall be capable of +r. overriding the normal coordination mode with an individually selectable coordination mode for that pattern. 5.1.1 Permissive Mode - The coordinated phase(s) shall operate as non-actuated when coordinated. The coordinator shall provide for a controlled release (permissive period) from the coordinated phase(s) to each of the remaining phases in sequence. When a call is not present for the phase to be serviced next in sequence,the coordinator shall re-allocate that phase's time to the end of the coordinated phase. The first part of each permissive period shall consist of a vehicle permissive period. The length of the period shall be determined by the phase split and the vehicle minimum service time. 1rr The second part of each permissive period shall consist of a pedestrian permissive concurrent with the vehicle permissive. The length of this period shall be determined by the phase split and the pedestrian minimum service time. Prior to the beginning of the first permissive period, the coordinated phase pedestrian shall display the Pedestrian Clear indication and dwell Don't Walk. This will expand each subsequent phase permissive due to the absence ire of coordinated phase Pedestrian Clear time in each. The coordinated phase pedestrian shall dwell Don't Walk until such time as the coordinated phase terminates and returns to Green or the last permissive period in the cycle is complete without the coordinated phase terminating. rr 5.1.2Yield Mode - The coordinated phases(s) shall operate as non-actuated when coordinated. The coordinator shall provide for a single release from the coordinated phases(s)to the remaining phases in sequence. 5.1.3Permissive Yield Mode - The operation shall be similar to Permissive Mode above with the following exceptions: 1. The coordinated phase pedestrian shall be actuated. 2. Immediately prior to the first permissive, the coordinator will provide a variable period for the coordinated phase extension (Permissive Yield Point). 3. The amount of coordinated phase extension shall be distributed proportionally. r A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.1.4Permissive Omit Mode - The operation shall be equal to Permissive Yield Mode above except that once the coordinated phase has terminated to service a call, it shall not occur again until after the last phase permissive has terminated or a phase is on that is compatible with the coordinated phase. A limitation shall be set on Sequential Omit mode in that it shall apply to only to controller units running with no more than two rings in a cluster. 5.1.5Sequential Omit Mode - The operation shall be equal to Permissive Yield Mode with the following exceptions: 1. Sequential Omit Mode provides a phase by phase sliding window of it service(lifted omit). One and only one phase in a ring will have the omit lifted at any time. 2. Following the Permissive Yield Period, the coordinated phase shall be omitted until the last permissive is over. iror City of Renton-South 3rd St and Shattuck Ave S Page 67 Special Provisions Intersection Safety Improvement Project July 2009 311111111111111 3. Following the Permissive Yield Period,the opening of a permissive shall el occur concurrent with the closing of the prior permissive. The closing of each permissive shall occur at its normal position in the cycle. A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.1.6Full Actuated Mode - the operation shall be as defined in Permissive Yield Mode with the followingexceptions: 1. Following the Permissive Yield Period, any phase may be served in the standard sequence provided the permissive period for that phase has not expired. 2. Following the Permissive Yield Period, any phase may be reserviced in the standard sequence provided the permissive period for that phase has not expired. 3. Following the Permissive Yield Period and prior to the end of the permissive for the phase before the first coordinated phase, the coordinated phase shall operate as an actuated phase. A limitation shall be set on Full Actuated mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.2 Timing Plans 5.2.1A minimum of 16 Timing Plans (Dial/Split) shall be provided. The Timing Plans shall be selected using telemetry (system), hardwire, or non- interconnected(time base)commands. 5.3 Cycle Length 5.3.IOne cycle length shall be provided for each Timing Plan. The cycle shall be adjustable over a range of 30-999 seconds in 1 second increments. The cycle time of each Timing Plan should be equal to the sum of the phase times of the longest path between barriers in all rings in the firmware. 5.4 Synchronization 5.4.1For systems with a single system sync pulse, coordination timing shall be synchronized to the leading edge of that pulse, which shall serve as the master zero reference for all offset timing. 5.4.2For hardwire systems with multiple sync pulses, the coordinator shall lock onto the correct sync by checking for reoccurrence based on the running cycle length. 5.4.3After a valid system sync pulse has been received the coordinator shall check for the proper occurrence of the system sync pulse during each subsequent cycle. If a sync pulse does not occur for two consecutive cycles, the coordinator shall revert to "sync monitor free"operation (may be replaced by a TBC event). 5.5 Offset 5.5.1Offset shall normally be defined as the time period from the system sync pulse to the beginning of the leading coordinated phase green (local zero). The coordinator shall also be capable of referencing the offset to the end of the coordinated phase green. 5.5.2Offsets shall be programmable in seconds. The range shall be from 0-999 seconds in 1 second increments. The coordinator shall provide three offsets per Timing Plan. 5.5.3Offset changes shall be achieved by adding or subtracting cycle time over multiple cycle periods to allow a smooth transition to the new offset. Offset correction using dwell shall also be selectable. 5.6 Split 5.6.1 Each split shall provide a split interval for each phase. The split interval shall be programmable using seconds. The range shall be from 0-400 seconds in 1 second increments. 5.6.2Split interval settings shall determine the maximum time, including vehicle clearance (yellow and red), for a non-coordinated phase, or the minimum time for a coordinated phase. City of Renton-South 3rd St and Shattuck Ave S Page 68 Special Provisions Intersection Safety Improvement Project July 2009 rr 5.6.3The firmware shall provide a `fixed' forced mode that terminates a phase r"' based on the plan timing. Each phase shall be forced the split time after it becomes active to enable all unused time phase by phase to the beginning of the coordinated phase. •, 5.6.4The firmware shall provide a `floating' force mode that terminates a phase based on the cycle timing. Each phase shall be forced at a fixed position in the background cycle to enable unused time phase by phase to the next phase that has vehicle traffic that is capable of taking it. Saw 5.6.5The firmware shall provide the ability to inhibit the internal maximum green timing from terminating a phase during coordinated operation or force the concurrent operation of Maximum Green 1 / Maximum Green 2 during coordinated operation. sr 5.7 Transition Cycles 5.7.1 The firmware shall provide a smooth and orderly transition when changing from free operation to coordinated operation and from one coordination command to another. 5.7.2During a free-to-coordinated transition, the firmware shall initiate a pick-up cycle beginning upon receipt of a valid coordination command.The firmware shall then enter coordination mode at the beginning of the coordinated phase greens. 5.7.3 Each coordination command shall select a cycle, offset and split. Cycle, offset and split changes shall not take effect until local zero. 5.8 Absolute Sync 5.8.1 The firmware shall provide a sync reference method in which each cycle will be individually referenced to a single point in time. This operation shall allow the firmware to keep in step with a free running cycle counter, particularly one which does not divide evenly into 24 hours, such as a 70 second cycle. Following a power outage, the firmware shall automatically update the absolute sync reference points. The firmware shall be capable of updating the reference points following a power outage of up to seven days without being reset. 5.9 Local Split Demand 5.9.1 The coordinator shall provide a minimum of two queue selection routines (four detectors per routine assigned from system detectors) which shall allow r the selection of a preferred coordination pattern based upon intersection demand. 5.9.2The queue routines shall be capable of selecting tasks other than patterns when the demand level exceeds the thresholds. As a minimum, the alternate its passage/ maximum operation and adaptive maximum operation as specified above shall be selected via the queue routines. 5.10 Free Mode 5.10.1 The coordinator shall provide a free mode of operation, where all coordination control is removed. 5.10.2 Free mode operation shall be selectable by coordination commands. 5.10.3 The coordinator shall revert to the free mode when active controller Is inputs or functions would interfere with coordination. Such inputs or functions shall include the following: a. Manual control enable b. Stop time c. Automatic flash d. Preemption 5.11 Manual Control The firmware shall allow manual override of the current coordination command. The manual command shall allow selection of any coordination pattern to be in effect. 5.12 Interconnect Modes imp 5.12.4 The coordinator shall be capable of operating with any of the following interconnect types: Mr City of Renton-South 3rd St and Shattuck Ave S Page 69 Special Provisions Intersection Safety Improvement Project July 2009 lrr 1 a a. Telemetry sii b. Non-interconnected coordination(time-based) c. Hardwired 1 5.12.5 The coordinator shall be compatible with fixed-time interconnect, which provides the sync pulse superimposed on the offset lines. The non- el interconnected coordination mode shall serve as a backup when using telemetry or hardwired interconnect. 5.13 Master Coordinator 5.13.1 The coordinator shall output the coordination command, including sync pulse. This feature shall permit the firmware to be used as a time-of-day master in a hardwired interconnected system. 5.13.2 The firmware shall provide a user selectable option of interruptor sync le pulses on the active offset output. Interruptor sync pulses shall provide the true sync pulse plus additional pulses at intervals equal to 20% and 25% of the cycle on alternate cycles. 6 Preemption ed The firmware shall provide a minimum of six preemption sequences. Preemption capability shall be standard and shall not require additional modules or software. 6.1 Railroad-Fire-Emergency Vehicle Preemption 6.1.1 The six preemptors shall be selectable as to priority one to another and any iii preempt to automatic flash. 6.1.2Each preemptor shall provide a locking and non-locking memory feature for preemptor calls. If a preemptor is in the non-locking mode and a call is sii received and dropped during the delay time, the preemptor shall not be serviced. 6.1.3 Preemptor timing intervals shall be programmable from 0-999 in one second iii increments or 0-9.99 in one-tenth second increments, depending on function. 6.1.4A programmable delay time interval shall be provided to inhibit the start of the preemption sequence.This time shall be programmable from 0-999 in one second increments. This interval shall begin timing upon receipt of a preemption call. 6.1.5A programmable extend time shall be provided to stretch the call duration from the point of termination of the actuation. This time shall be programmable from 0-999 in one second increments. 6.1.6A programmable duration time shall be provided to control the minimum time that a preemptor remains active. This time shall be programmable from 0-999 in one second increments. 6.1.7 A programmable maximum call time shall be provided to control the maximum time that a preemptor remains in control. This time shall be 144,:ill, programmable from 0-999 in one second increments. The preemptor maximum call time interval shall be inhibited when set to zero. 6.1.8A programmable lockout time shall be provided to prevent entering a Low wi Priority routine following exit from preempt. This time shall be programmable from 0-999 in one second increments. If a lockout time has I not been entered (zero entry) then all phases with a call when leaving the sequence shall be serviced before the low-priority routine may be serviced. 6.1.9Signal displays in effect at the beginning of a preemption sequence shall not be terminated unless the respective green/walk has been in effect for a minimum time. If the respective green/walk has been active for longer than NJ the programmed minimum GREEN/WALK time, the firmware shall immediately advance to the next interval. Minimum times shall be programmable for the GREEN/WALK interval on a per ring basis. This time 1 shall be programmable from 0-999 in one second increments. e 6.1.10 A phase shall advance to pedestrian clearance if it has timed the minimum GREEN/WALK interval at the beginning of a preemption 1 sequence. The programmed preempt pedestrian clearance will then be timed . will During preemption, Track Green and Dwell, pedestrian signals shall be 1 osi City of Renton-South 3rd St and Shattuck Ave S Page 70 Special Provisions Intersection Safety Improvement Project July 2009 el imp individually selectable as being a solid DON'T WALK, solid WALK, O"' flashing WALK, OFF(blank), or cycling(dwell). 6.1.11 During preempt, Track Green and Dwell, vehicle signals (phase and overlap) shall be individually selectable as being a solid Red, solid green, flashing Red, flashing Yellow,or cycling(dwell). 6.1.12 Each preemptor shall provide user-programmable Track Green and Dwell intervals with appropriate clearance intervals. 6.1.13 During the track green period, the preemptor shall time the track green, r yellow and red intervals once, and then advance to the dwell interval. If track green timing is not selected (Track Green set to zero) the track green and clearance intervals shall be omitted from the preempt sequence. 6.1.14 The preemption dwell interval shall remain in effect until the preemptor tio duration time and dwell times have elapsed and the preemptor call has been removed or the preemptor maximum time has been exceeded. 6.1.15 Exit phases shall be selectable to time after the preemption sequence has been completed. These shall serve as transition phases to return the controller to normal operation. It shall also be possible to place calls on selected phases upon exiting preemption. 6.1.16 Preemptor linking shall permit preemption sequences, where lower- a priority preemptors may call the higher-priority preemptors upon termination of their preemption sequence. 6.1.17 Preemptor active outputs shall be provided for each of the preemptors. The output shall be set to ON when the corresponding preempt or low- priority routine is in control.Additionally, it shall be possible to program the non-active, preemptor outputs to flash while another preemptor is active. An additional output ("priority active") shall be active when a priority routine is in control. 6.2 Low Priority Routines 6.2.1 Six low-priority routines shall provide control for bus or other low-priority vehicles. The low-priority routines shall be overridden by preempt (railroad- fire-emergency vehicle)calls. 6.2.2An oscillating signal (1 to 6.25 hz-pulse-per-second) signal with a 50% duty cycle shall identify a low-priority call. Low-priority calls shall be capable of call memory and shall be served in the order received. r► 6.2.3Low-priority timing intervals shall be programmable from 0-999 in one second increments. 6.2.4A lockout time shall be provided to avoid excessive utilization of the same low-priority routine. If a call is received before the lockout time has elapsed, the low priority routine shall not be reserviced. If a lockout time has not been entered (zero entry) then all phases with a call when leaving the sequence shall be serviced before the low-priority routine may be served again. 6.2.5Low-priority routines shall provide delay, extend, duration, and maximum call time functions similar to those for railroad-fire-emergency vehicle preemptors described above. 6.2.6The low-priority routine shall advance to the green dwell interval. During this interval, permissive phases shall be selectable to remain green until the dwell time has elapsed and the low-priority routine call has been removed or the preemptor maximum call time has been exceeded. 6.2.7The low priority routine shall advance to the dwell interval as if Force Off Imo were active. This shall preclude early termination of a Green interval prior to the completion of Minimum Green, Maximum Initial, Walk, or Ped Clear time. The ability to Skip phase(s) during this transition shall be provide as a Ole user option. 6.2.8It shall be possible to program the controller to allow concurrent phases to be serviced for a low-priority routine with only one phase selected as the dwell phase. • 6.2.9It shall also be possible to place calls on selected phases upon exiting a low priority routine. air City of Renton-South 3rd St and Shattuck Ave S Page 71 Special Provisions Intersection Safety Improvement Project July 2009 1r 1 1 6.2.10 Low Priority routines shall not disable or lockout coordination. , Coordination shall continue to run during the low priority routine and shall determine the phase(s)to follow based on the current allowed phase(s) in the background cycle. g 7 Preemption Safeguards ei 7.1 If a preemptor call is active when power is restored to a controller, the firmware shall maintain the start-up condition for the duration of the preempt input and g start-up time. Similarly, if external start is applied during a preemption sequence, r the controller shall revert to Start-up rather than the initialization condition. The start-up condition shall remain in effect for the duration of the external start, preempt input and /or start-up time. 8 Time-based Control&Non-interconnected Coordination The firmware shall include time-based control. 8.1 Time-based Control 8.1.1A minimum of 250 different traffic and/or auxiliary events shall be capable of being programmed over a 99 year time frame. gr/ 8.1.2A program day is the list of traffic and/or auxiliary events to occur in a 24 hour period. The TBC program shall provide for 99 program days to be defined. 8.1.3The normal day-of-week (Sunday through Saturday) event listing will utilizesii program days 01 through 07 with Sunday being program day 01. 8.1.4The exceptions to the normal day-of-week event listings (special days) will utilize program days 01 through 99. Program days 01 through 49 will be vii utilized for special day programs which occur on the same date (month and month day) every year. Program days 50 through 99 shall be utilized for special days which occur on one date(year, month and month day). 8.1.5It shall be possible to equate program days which require the same event Eli listing to effectively multiply the event capacity. It shall be possible to transfer(copy) an entire program day event listing to another program day to permit data editing to create a similar but different program day event listing. 8.2 Traffic Functions a 8.2.1 The TBC scheduler shall provide for the programming of traffic and auxiliary events to implement non-interconnected coordination. These shall not have to be entered in any special sequence. Each of the traffic events shall permit selection of the following functions: vil a. Time of occurrence(Hour,minute and program day) b. Coordination(TBC pattern or interconnect) c. Free(No Coordination) siii d. Flashing e. Maximum 2 Timing by phase f. Phase Omit by phase g. Ped Omit by phase h. Maximum Vehicle Recall by phase i. Minimum Vehicle Recall by phase 1 j. Pedestrian Recall by phase 8.2.2Selection of TBC on-line by external input shall allow the coordinationoil pattern selected by the hardwire system to override the current TBC coordination pattern. 8.2.3 When operating in the non-interconnected coordination mode the iii synchronization point for all cycles shall be referenced to a user selected reference time (hour and minute) or the event time. The sync reference time is that time from which all cycle zeros shall be calculated. The synchronization point for the cycle selected by the current event, shall be S computed using the present time, sync reference time, and cycle length. The synchronization point shall occur whenever the present time is such that an even number of cycle length periods have occurred since the sync reference time. ail 8.3 Auxiliary Functions 1 i al City of Renton-South 3rd St and Shattuck Ave S Page 72 Special Provisions Intersection Safety Improvement Project July 2009 14 it 8.3.1 These events shall be separate from the non-interconnected traffic events described above. Auxiliary events shall not have to be entered in any special sequence. Each of the events shall permit selection of the following functions: a. Day program assignment b. Start time c. Auxiliary outputs e. Dimming No g. Detector logging h. Detector diagnostic plan i. Control of eight special functions 8.4 Time Of Year Functions 8.4.1 The firmware shall be capable of implementing exception day programs and alternate week programs on a Month, Month Day, and Year basis. A minimum of nine (9) alternate week programs shall be capable of being defined. 9 Detector Functions 9.1 The firmware shall provide a minimum of 72 vehicle detector inputs. Each input shall be assignable to any phase and be programmable as to detector function. wr Extend and delay timing shall be provided for each detector. 9.2 The firmware shall provide detector cross switching, which permits all vehicle detectors to alternately place calls on their assigned phases and their assigned cross-switch phases. If the assigned phase is not green and the cross-switch phase is green,the detector shall place calls on the cross switch phase. 9.3 Each vehicle detector shall be user-programmable to operate as one of the following 7 detector types: a. Type 0 (VEH) - Detector shall operate as a standard detector providing one call per actuation. b. Type 1 (PED): The detector input operates as a standard pedestrian detector. c. Type 2 (ONE): The detector input operates as a vehicle detector that is err operational while the phase is not green until a call is received on the assigned phase. d. Type 3 (SBA): Detector shall operate as follows: Vehicle calls shall be accepted only when the phase is not green. When a call is detected, it shall be held until the detection area is empty. The extend timer shall begin timing with the phase green. Once the extend timer times-out OR the detection area is empty, no further calls shall be accepted until the phase is again not green. e. Type 4 (SBB): Detector shall operate as follows: Vehicle calls shall be accepted only when the phase is not green. When a call is detected, it shall be held until the detection area is empty (if the extend timer is set to zero). The extend timer shall begin timing with the phase green. If a call is received before the extend timer has timed-out, the timer shall be reset. Timer reset shall occur until a gap between the calls is large enough to allow the extend timer to time-out. Once time-out has occurred, no further calls shall be accepted until the green terminates. f. Type 5 (PPL):The detector input operates as a turn vehicle detector Adaptive Protected/Permissive routine. g. Type 6 (PPT): The detector input operates as a through vehicle detector Adaptive Protected/Permissive routine. 9.4 Each detector input shall be capable of functioning as one of 8 system detectors. 9.5 Vehicle detectors shall be capable of being assigned to a minimum of 2 speed trap detector sets. Speed shall be detected using a two detector configuration. Speed shall be computed using a keyboard entered loop spacing distance(11 ft. or 22 ft.). 9.6 The firmware shall provide a minimum of 8 hardware-denoted pedestrian detector inputs. Each pedestrian detector shall be assignable to any phase. 10 System Communications 10.1 The firmware shall be capable of communicating with an on-street system master or directly to a central office computer-based system master. This capability shall I�rr City of Renton-South 3rd St and Shattuck Ave S Page 73 Special Provisions Intersection Safety Improvement Project July 2009 be provided by a separate telemetry module, which shall be included in the controller when required by the plans and specifications. The telemetry module shall receive system commands and data transmissions. In addition, it shall transmit the controller status, data base and system detector information to the system master. 10.2 System Commands 10.2.1 The telemetry module shall allow the firmware to receive, as a minimum, the following commands: a. Cycle, offset,and split(coordination pattern) b. Timing parameter downloading and verification c. Special function commands(minimum of eight) d. Coordinated, Free, standby and flash mode commands e. Time and date f. Request for local status 10.2.2 In the absence of being polled by the master, within a user-defined period (1-255 minutes), the local will revert to backup TBC and coordination mode. When again polled by the master the local will return to the system mode and transition to the master-called program. 10.3 Status Data 10.3.1 The status of each of the following functions shall be transmitted to the system master in response to a local status request: a. Green and yellow status for all phases and overlaps b. Walk and pedestrian clearance status for all phases c. Vehicle and pedestrian detector status d. Phase termination status e. Local time f. Coordination status (1) Command source (2) Sync or transitioning status of coordinator g. Conflict flash status h. Local flash status I. Automatic flash status j. Local Free k. Preempt activity and calls 1. Volume and occupancy data from a minimum of 8 system detectors m. Speed data from a minimum of two speed detectors n. Status of six user-defined alarms 10.4 Upload/Download Capability eis 10.4.1 The telemetry module shall provide the capability to upload/download the entire intersection data base. 10.5 Telemetry 10.5.1 Telemetry shall utilize TDM/FSK data transmission at 1200 baud over a single pair of wires. These may be leased lines (Type 3002, voice grade, unconditioned) or dedicated cable. Optional fiber optic communications capability shall also be available. 10.5.2 The nominal transmitter output level shall be 0 dbm into a 600 ohm load. The receiver sensitivity shall be 3 to-40 dbm. 10.5.3 There shall be a communications status display to show telemetry activity as follows: on or off line, carrier active or inactive, transmit active/inactive and response returned (ACK or NAK) , receive active and data valid or invalid. 11 Diagnostic Features 11.1 The 2070 controller provides the SE-PAC firmware with a Validation Suite that consists of resident diagnostic capabilities, some automatic and some user initiated,describing its own internal state. The automatic Validation Suite routines run continuously in a loop until stopped by the user. The user-initiated routines are executed on command by a front panel City of Renton-South 3rd St and Shattuck Ave S Page 74 Special Provisions Intersection Safety Improvement Project July 2009 it or laptop key entry. Some of the tests require installation of wrap-around or loop- back cables. 11.2 Automatic tests performed on the controller include: Real Time Clock, RAM memory, FLASH memory, Input/Output wrap-around, SDLC packet, and Timers. Nis 11.3 User-initiated tests performed on the controller include: Keypads and Displays, Data Key Validation,and Terminal Validation. 11.4 Detector Diagnostics 11.4.1 Time-of-day controlled detector diagnostics shall be provided that allow 4iso testing vehicle and pedestrian detectors for no activity, maximum presence, and erratic output. 11.1.2 A minimum of two detector diagnostic plans shall be provided. These plans shall be selectable on a time-of-day basis. This shall allow varying the air detector diagnostic values to correspond with changes in detector activity. 11.1.3 If a detector is diagnosed as failed, the associated phase shall be placed on minimum recall until such time as the detector is classified as"on-line". 11.1.4 Diagnostics for detectors connected to the controller using a Bus Interface Unit (BIU) shall also include detection of watchdog, open and shorted loop,and excessive inductance change failures. 12 Logging Features The firmware shall be capable of logging and reporting activity, failures, and the occurrence of selected events or alarms. 12.1 Communications Fault Logging 12.1.1 The firmware shall include a communications fault log capable of storing a minimum of 60 time and date-stamped communications fault events. Once logged, communications fault events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest communications fault events shall be overwritten. Is 12.2 Detector History Logging 12.2.1 The firmware shall include a detector history log capable of logging raw and average volume and raw and average occupancy for up to 8 system imp detectors. The log shall be capable of storing a minimum of 96 time and date stamped detector history events. Once logged, detector history events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest detector history events shall be overwritten. it 12.2.2 The detector logging shall be controlled as TBC programmed events. 12.3 Detector Fault Logging 12.3.1 The firmware shall include a detector fault log capable of storing a r minimum of 60 time and date-stamped detector fault events. Once logged, detector fault events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest detector fault events shall be overwritten. 12.3.2 All detector diagnostic faults shall be recorded in the detector fault log ,,, including: no activity, maximum presence, erratic counts, watchdog failure, open loop, shorted loop, and excessive inductance change. If a detector recovers after a diagnostic fault, a detector on-line event shall be stored in the detector fault log. 12.4 Event Logging 12.4.1 The firmware shall include an event log capable of storing a minimum of 120 time and date-stamped events or alarms. Once logged, events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest events shall be overwritten. 12.4.2 At a minimum the following events shall be logged: communication failures, coordination faults, conflict monitor and local flash status, preempt, M power ON/OFF, data change (from keyboard), data change (from remote), processor faults, EPROM and EEPROM diagnostic faults, invalid configuration. Up to 86 different messages shall be available.An event shall be logged when an event or alarm returns to normal status. 12.5 MOE Logging ker City of Renton-South 3rd St and Shattuck Ave S Page 75 Special Provisions Intersection Safety Improvement Project July 2009 lip The firmware shall capture information on a coordination cycle by cycle basis noting: a. Volume(Per cycle average number of actuations) b. Stops (Per cycle average number of actuation received during the non-green time of the phase) c. Delay(Per cycle average time of the delay on each phase-delay accumulates based on cars waiting and elapsed time) d. Utilization(Per cycle average green time used on each phase) The above information shall be included in a moe log capable of storing a minimum of 24 time and date-stamped moe events. Once logged, moe events shall remain in the lag until cleared or the log capacity is exceeded at which time the oldest moe events shall be overwritten. 12.6 Speed Logging The firmware shall capture the average speed trap speed for the duration a coordination pattern is active for inclusion in a speed log capable of storing a minimum of 24 time and date-stamped speed events. Once logged, speed events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest speed events shall be overwritten. 12.7 Cycle MOE Logging The The firmware shall capture coordination information on a cycle by cycle basis for each noting the force status, green utilization plus/minus from split, and whether there was a offset correction in that cycle for inclusion in a cycle moe log capable of storing a minimum of 60 time and date-stamped cycle moe events. Once logged, cycle moe events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest cycle moe events shall be overwritten. 12.8 Volume Count Logging The firmware shall be capable of using up to 24 vehicle or pedestrian detector inputs for a Volume Count log capable of storing a minimum of 72 time and date- stamped Volume Count events. Once logged,Volume Count events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest Volume Count events shall be overwritten. The Volume Count log interval shall be user selectable within the range 0-120 minutes. Each Volume Count event in the log shall denote if an assigned detector was diagnosed as failed at any time during the log interval. When a power down occurs in a log interval, all detectors shall be marked as failed to prevent the data being used in error. 9-29.13(7)A Environmental,Performance and Test Standards for Solid-State Traffic Controllers Section 9-29.13(7)A is supplemented by adding the following: (******) The traffic signal controller assemblies, including the traffic signal controller, auxiliary �+ control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check-out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. 9-29.13(7)B Auxiliary Equipment for NEMA Controllers Section 9-29.13(7)B is revised and supplemented as follows: (******) City of Renton-South 3rd St and Shattuck Ave S Page 76 Special Provisions Intersection Safety Improvement Project July 2009 ass The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic-actuated controllers: 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the flasher and isolate the controller from light circuits. See Section 9-29.13(2) for operational requirements. The flasher shall be two circuit with indicator lights. The unit shall be rated for fifteen (15) amps per circuit through the entire NEMA temperature range. 2. Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the contract. Type P & R cabinets shall include a fully wired 16-position back panel. Solid-state load switches shall conform to NEMA standards except only optically isolated load switches will be allowed. Load switches shall include indicator lights on the input and output circuits. 3. A power panel with: ale a. A control-display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 30 ampere minimum. b. A 20 ampere accessory breaker wired parallel to the control display +r• breaker. The breaker will carry accessory loads, including vent fan, cabinet light,plug receptacle, etc. c. A busbar isolated from ground and unfused for the neutral side of power supply. its d. A radio interference suppresser to the output side of the control display breaker. See Section 9-29.13(6)for other requirements. e. A transient voltage protection device connected to the controller power imp circuit for protection against voltage abnormalities of 1 cycle or less duration. The protector shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The current rating of the device shall be 15 amps minimum.The device shall provide flri transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fail,they shall fail to an open circuit condition. The device shall meet all requirements of UL standard 1449. The suppressed voltage rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self-induced regenerative ringing. There shall be a failure warning indictor light which shall illuminate when the device has failed and is no longer operable. +r. f. Cabinet ground busbar independent(150K ohms minimum)of neutral. Sections 4 - 13 are replaced with the following: ii" GENERAL All mounting hardware used in the cabinet, whether it is used to secure equipment or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. FAIL SAFE UNIT 1. INTRODUCTION This specification sets forth the minimum requirements for a shelf- Ow mountable, sixteen channel, solid-state Malfunction Management Unit (MMU).The MMU shall meet, as a minimum, all applicable sections of the NEMA Standards Publication No. TS2-1998.Where differences occur,this specification shall govern. wr lor City of Renton-South 3rd St and Shattuck Ave S Page 77 Special Provisions Intersection Safety Improvement Project July 2009 2. MONITORING FUNCTIONS The following monitoring functions shall be provided in addition to those required by the NEMA Standard Section 4. 2.1 DUAL INDICATION MONITOR Dual Indication monitoring shall detect simultaneous input combinations of tri active Green(Walk),Yellow, or Red(Don't Walk)field signal inputs on the same channel. In Type 12 mode this monitoring function detects simultaneous input combinations of active Green and Yellow, Green and Red, Yellow and Red, Walk and Yellow, or Walk and Red field signal inputs on the same channel. 2.1.1 DUAL INDICATION MONITORING Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be provided on the MMU front panel to enable Dual Indication Monitoring on a per channel basis.The Dual Indication Monitor function shall provide two modes of operation, Dual Indication Fault and GY Dual Indication Fault. When voltages on two inputs of a vehicle channel are sensed as active for more than 450 msec,the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position,and illuminate the DUAL INDICATION indicator.The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input.When voltages on two inputs of a vehicle channel are sensed as active for less than 200 msec,the MMU shall not transfer the OUTPUT relay contacts to the Fault position. When operating in the Type 16 mode with Port 1 communications enabled,Bit#68 (Spare Bit#2)of the Type#129 response frame shall be set to indicate a Dual Indication fault has been detected. Dual Indication Monitoring shall be disabled when the RED ENABLE input is not active. 2.1.2GY DUAL INDICATION MONITOR GY Dual Indication monitoring shall detect simultaneous inputs of active Green and Yellow field signal inputs on the same channel. It will be used to monitor channels which have an unused Red field signal input tied to AC LINE such as a five section signal head. GY Dual Indication Monitoring shall be enabled by a front panel option switch. When the GY Dual Indication Monitoring option is enabled, all channels which have the front panel FIELD CHECK/DUAL ENABLE switches OFF shall be individually monitored for simultaneous active Green and Yellow field signal inputs.All channels which have the front panel FIELD CHECK/DUAL ENABLE switches ON(i.e. enabled for Dual Indication Monitoring) shall function as described above in Dual Indication Monitoring. 2.2 FIELD CHECK MONITORING Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be provided on the MMU front panel to enable Field Check Monitoring on a per channel basis. The Field Check Monitor function shall provide two modes of operation, Field Check Fault and Field Check Status. Field Check Monitoring shall be disabled when the RED ENABLE input is not active.The Field Check Monitoring function shall be disabled in the Type 12 mode. 2.2.1 FIELD CHECK MONITOR In the Field Check Fault mode, when the field signal input states sensed as active or inactive by the MMU do not correspond with the data provided by the Controller Unit in the Type#0 message for 10 consecutive messages, the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the FIELD CHECK FAIL indicator.The Channel Status Display shall indicate the channels on which the Field Check fault was detected. Bit#67(Spare Bit#1) of the Type#129 response frameaii shall be set to indicate a Field Check fault has been detected. The MMU shall uI City of Renton-South 3rd St and Shattuck Ave S Page 78 Special Provisions Intersection Safety Improvement Project July 2009 we remain in the fault mode until the unit is reset by the RESET button or the sir EXTERNAL RESET input. 2.2.2FIELD CHECK STATUS The Field Check Status mode shall work in combination with the other wr fault monitoring functions of the MMU. When a Conflict, Red Fail, Clearance Fail, or Dual Indication Fail triggers the MMU, the Channel Status Display and Fault Status Display shall correspond to that detected fault. If Field Check errors were detected while the fault was being timed, the inputs a' on which the Field Check errors were detected shall double pulse at the same time as the FIELD CHECK STATUS indicator. Bit#67 (Spare Bit#1) of the Type#129 response frame shall also be set to indicate Field Check errors have been detected. 2.3 RECURRENT PULSE MONITORING The Signal Monitor shall detect Conflict,Red Fail, and Dual Indication faults that result from intermittent or flickering field signal inputs. These r recurring pulses shall result in a latching fault with the RECURRENT PULSE STATUS indicator illuminated along with the resulting Conflict, Red Fail,or Dual Indication indicator.An option switch shall be provided to disable the RP detect function for testing purposes. When operating in the Type 16 mode with Port 1 communications enabled, Bit#69 (Spare Bit#3)of the Type#129 response frame shall be set to indicate a Recurrent Pulse status has been detected. 2.4 EXTERNAL WATCHDOG MONITOR The MMU shall provide the capability to monitor an optional external logic level output from a Controller Unit or other external cabinet circuitry. If the MMU does not receive a change in state on the EXTERNAL as WATCHDOG input for 1500 msec(+100 msec),the MMU shall enter the fault mode,transfer the OUTPUT relay contacts to the Fault position, and illuminate the CVM/WATCHDOG indicator. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input.An MMU Power Failure shall reset the CVM/WATCHDOG fault state of the monitor. The EXTERNAL WATCHDOG input shall be wired to connector MSB-S. When operating in the Type 16 mode with Port 1 communications tr' enabled, Bit#70(Spare Bit#4) of the Type#129 response frame shall be set to indicate an External Watchdog fault has been detected. 2.5 WALK DISABLE OPTION t„ The MMU shall provide the capability to exclude the Walk inputs from the Red Fail fault detection algorithm when operating in the Type 12 mode. When the option is selected,the absence of signals on the Green,Yellow, and Red field outputs of a channel will place the MMU-16 unit into the fault w mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the RED FAIL indicator. 2.6 TYPE FAULT MONITOR The MMU shall verify at power-up that the Type 12 or Type 16 operating au mode as determined by the TYPE SELECT input is consistent with the mode set by the last external reset. Detection of a Type Fault shall place the MMU into the fault mode, transfer the OUTPUT relay contacts to the Fault position, illuminate the DIAGNOSTIC indicator, and flash the TYPE 12 indicator at a 2 Hz rate. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input.An MMU Power Failure shall reset aro the Type Fault state of the monitor. 2.7 CONFIGURATION CHANGE MONITOR On power-up, reset, and periodically during operation,the Signal Monitor shall compare the current configuration settings with the previously air stored value. If the settings have changed,the Signal Monitor shall automatically log the new setting. These settings shall include the Program City of Renton-South 3rd St and Shattuck Ave S Page 79 Special Provisions Intersection Safety Improvement Project July 2009 S Card jumpers and all switches. A programming option shall be provided such that any change in the configuration parameters shall cause the Signal Monitor to enter the fault mode causing the Output relay contacts to close and enabling the Stop-Time output to the controller.To indicate this fault mode the PGM CARD/CF indicator shall flash at a 4 Hz rate. Depressing the Reset button for 3 seconds shall be required to clear this fault and log the new configuration parameters. If the pro cramming option is not selected,the unit shall not set the fault mode but will still log the configuration change. 2.8 CVM LOG DISABLE The MMU shall provide a means to disable the logging of CVM fault events. 3 DISPLAY FUNCTIONS The following display functions shall be provided in addition to those required by the NEMA Standard Section 4. 3.1 FULL INTERSECTION CHANNEL STATUS DISPLAY A separate Red,Yellow,and Green indicator shall be provided for each channel to show full intersection status simultaneously. For Type 12 mode operation the Walk input status shall be shown on channel indicators 13 through 16. 3.2 FAULT CHANNEL STATUS DISPLAY During normal operation the 48 Channel Status indicators shall display all active signals. In the fault mode the Channel Status indicators shall display all signals active at the time of the fault for six seconds and then indicate the channels involved in the fault for 2 seconds. 3.3 FIELD CHECK STATUS DISPLAY The FIELD CHECK FAIL indicator shall illuminate when a Field Check Fault is detected.The Channel Status display shall show the channels on which the Field Check fault occurred. If Field Check errors occurred during a Conflict Fault,Red Fail, Clearance Fail, or Dual Indication Fail the FIELD CHECK STATUS indicator shall illuminate. The channels on which the Field Check Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the FIELD CHECK STATUS indicator. 3.4 RECURRENT PULSE STATUS DISPLAY If Recurrent Pulse inputs were detected during a Conflict Fault,Red Fail, or Dual Indication Fail the RECURRENT PULSE STATUS indicator shall illuminate.The channels on which the Recurrent Pulse Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the RECURRENT PULSE STATUS indicator. 3.5 DISPLAY INDICATORS The following display indicators shall be provided in addition to those ori required by the NEMA Standard Section 4. 3.5.1 Type 12 Mode Indicator The TYPE 12 indicator shall illuminate when the MMU is programmed for Type 12 operation.If a Type Fault is detected the DIAGNOSTICal indicator shall illuminate and the TYPE 12 indicator shall flash at a rate of 2Hz. 3.5.2Dual Indication Indicator The DUAL INDICATION indicator shall illuminate when a DUAL INDICATION Fault is detected. The Channel Status display shall show the channels which were detected as DUAL INDICATION. i 3.5.3Power Indicator S The POWER indicator shall flash at a rate of 2Hz when the AC LINE voltage is below the drop-out level. It shall illuminate steadily when the AC LINE voltage returns above the restore level. aiiCity of Renton-South 3rd St and Shattuck Ave S Page 80 Special Provisions Intersection Safety Improvement Project July 2009 gr 3.5.4Port 1 Receive Indicator The RECEIVE indicator shall illuminate for a 33 msec pulse each time a Port 1 message is correctly received from the Controller Unit. 3.5.5Port 1 Transmit Indicator The TRANSMIT indicator shall illuminate for a 33 msec pulse each time a Port 1 message is transmitted from the MMU. 3.5.6RS232 Receive Indicator The COMM indicator shall illuminate for a 33 msec pulse each time a lir message is correctly received on the RS-232 port. 3.5.7Program Card/CF Indicator The PGM CARD indicator shall illuminate if the Programming Card is absent or not seated properly in the edge connector.The PGM CARD `o indicator shall flash at a 4 Hz rate if the MMU has been triggered by a Configuration Change fault 3.5.8Y+R Clearance Indicator The Y+R CLEARANCE indicator shall illuminate when the MMU has • been triggered by a Yellow Change plus Red Clearance fault. 3.5.9Field Check Fail Indicator The FIELD CHECK FAIL indicator shall illuminate when the MMU has ire been triggered by a Field Check fault. 3.6 OPERATING MODES The MMU shall operate in both the Type 12 mode and Type 16 mode as required by the NEMA Standard. • 4 HARDWARE 4.1 ENCLOSURE 4.1.1 The MMU shall be compact so as to fit in limited cabinet space. It shall be possible to install on a shelf that is at least 7" deep. Overall dimensions, including mating connectors and harness, shall not exceed 10.5" x 4.5" x 11" (HxWxD). 4.1.2The enclosure shall be constructed of sheet aluminum with a minimum thickness of 0.062", and shall be finished with an attractive and durable protective coating. Model, serial number, and program information shall be permanently displayed on the top surface. 4.2 ELECTRONICS i 4.2.1A microprocessor shall be used for all timing and control functions. Continuing operation of the microprocessor shall be verified by an independent monitor circuit, which shall force the OUTPUT RELAY to the de-energized "fault" state and indicate an error message if a pulse is not received from the microprocessor within a defined period not to exceed 500 ms. 4.2.2High speed sampling techniques shall be used to determine the true RMS Iv„ value of the AC field inputs. Each AC input shall be sampled at least 32 times per line cycle. The RMS voltage measurement shall be insensitive to phase, frequency,and waveform distortion. 4.2.3In the interest of reliability, only the PROM memory device for the microprocessor firmware shall be socket mounted.The PROM Memory socket shall be a precision screw machine type socket with a gold contact finish providing a reliable gas tight seal. Low insertion force sockets or sockets with"wiper" type contacts shall not be acceptable. is 4.2.4All user programmed configuration settings shall be stored in an electrically erasable programmable read-only memory(EEPROM)or front panel DIP switches. Designs using a battery to maintain configuration data shall not be ,r acceptable. 4.2.5All 120 VAC field terminal inputs shall provide an input impedance of at least 150K ohms and be terminated with a resistor having a power dissipation rating of 0.5 Watts or greater. City of Renton-South 3rd St and Shattuck Ave S Page 81 Special Provisions Intersection Safety Improvement Project July 2009 o 4.2.6A11 electrical components used in the MMU shall be rated by the component eili manufacturer to operate over the full NEMA temperature range of-34°C to +74°C. 4.2.7All printed circuit boards shall meet the requirements of the NEMA Standard plus the following requirements to enhance reliability: a. All plated-through holes and exposed circuit traces shall be plated with solder. b. Both sides of the printed circuit board shall be covered with a solder mask material. c. The circuit reference designation for all components and the polarity of all capacitors and diodes shall be clearly marked adjacent to the component. Pin#1 for all integrated circuit packages shall be designated on both sides of all printed circuit boards. d. All electrical mating surfaces shall be gold plated. e. All printed circuit board assemblies shall be coated on both sides with a clear moisture-proof and fungus-proof sealant. 4.3 FRONT PANEL& CONNECTORS 4.3.lAll displays,configuration switches, and connectors shall be mounted on the front panel of the MMU.All MMU configuration inputs beyond those required by the NEMA Standard shall be provided by front panel mounted DIP switches and shall be clearly labeled. Configuration DIP switches shall be provided for the following functions: a. Field Check/Dual Enables 1-16 b. GY-Dual Indication Enable(GY ENABLE) c. Recurrent Pulse Test Disable(RP DISABLE) d. External Watchdog Enable(WD ENABLE) e. Walk Disable(Type 12) f. Configuration Change Fault Enable(CF ENABLE) g. CVM Log Disable 4.3.2MS CONNECTORS The MS connectors on the MMU shall have a metallic shell and be attached to the chassis internally. The connectors shall be mounted on the front of the unit in accordance with the following: Connector A shall intermate with a MS 3116 22-55 SZ, and Connector B shall intermate with a MS 3116 16-26 S. In the interest of reliability and repair ability,printed circuit board mounted MS connectors shall not be acceptable. Internal MS harness wire shall be a minimum of AWG#22, 19 strands. 4.3.3EIA-232 Port The EIA-232 port shall be electrically isolated from the MMU electronics using optical couplers.The connector shall be an AMP 9721A or equivalent 9 pin metal shell D subminiature type with female contacts. Pin assignments shall be as shown in the following table: PIN FUNCTION 1 DCD* 2 TX DATA 3 RX DATA 4 DTR(Data Terminal Ready) 5 SIGNAL GROUND 6 DSR* 7 DSR* 8 CTS* 9 NC *Jumper options shall be provided to allow the connection of Pin#4 to be made with Pin#7, and the connection of Pin#8 to be made with Pin#1 and 111 or Pin#6. 5 EVENT LOGGING FUNCTIONSail The Signal Monitor shall be capable of storing in non-volatile memory a rrr City of Renton-South 3rd St and Shattuck Ave S Page 82 Special Provisions Intersection Safety Improvement Project July 2009 ow minimum of 100 events. Each event shall be marked with the time and date of the event.These events shall consist of fault events,AC Line events, reset events,and configuration change events.The capability to assign a four digit identification number and 30 character description to the unit shall be ark provided.The event logs shall be uploaded to a PC using the serial port of the Signal Monitor and Windows 9x based software provided by the manufacturer. Each event log report shall contain the following information: w a) Monitor ID#: a four digit(0000-9999)ID number and 30 character description assigned to the monitor. b) Time and Date: time and date of occurrence. c) Event Number: identifies the record number in the log. Event#1 is the tr" most recent event. 5.1 Monitor Status Report(CS) The Current Status report shall contain the following information: sier a) Fault Type: the fault type description. b) Field Status: the current GYR(W)field status and field RMS voltages if the monitor is not in the fault state, or the latched field status and field RMS voltages and fault channel status at the time of the fault. it c) Cabinet Temperature: the current temperature if the monitor is not in the fault state, or the latched temperature at the time of the fault. d) AC Line Voltage: the current AC Line voltage and frequency if the monitor is not in the fault state,or the AC Line voltage and frequency at • the time of the fault. e) Control Input Status: the current state and RMS voltages of the Red Enable input&Load Switch Flash bit input if the monitor is not in the fault state, or the status latched at the time of the fault. 5.2 Previous Fault Log(PF) The Previous Fault log shall contain the following information: a) Fault Type: the fault type description. b) Field Status: the latched field status with RMS voltages, fault channel status, RP Detect status and Field Check status at the time of the fault. c) Cabinet Temperature: the latched temperature at the time of the fault. d) AC Line Voltage: the AC Line voltage& frequency at the time of the fault. e) Control Input Status: the latched state of the Red Enable input at the time of the fault. aut 5.3 AC Line Event Log(AC) The AC Line log shall contain the following information: a) Event Type: describes the type of AC Line event that occurred. Power-up-AC on, monitor performed a cold start Interrupt-AC Line<Brownout level Restore-AC restored from AC brown-out or AC interruption(AC Off), no cold start b) AC Line Voltage: the AC Line voltage &frequency at the time of the o event. 5.4 Monitor Reset Log(MR) The Monitor Reset log shall contain the following information: a) The monitor was reset from a fault by the front panel Reset button, or External Reset input, or a non-latched event clear. 5.5 Configuration Change Log(CF) The Configuration Change log shall contain the following information: a. The status of all configuration programming including the contents of the Program Card, all configuration dip switches and option switches. b. Any configuration programming inputs such as 24V Inhibit, Port 1 Disable,Type select. c. Configuration CRC:A unique CRC value which is based on the configuration of items#a and#b above. Nis City of Renton-South 3rd St and Shattuck Ave S Page 83 Special Provisions Intersection Safety Improvement Project July 2009 1 ail The log shall also indicate which items have been changed since the last log entry. 5.6 Signal Sequence Log(SSQ) A log shall be provided that graphically displays all field signal states for up to 30 seconds prior to the current fault trigger event.The resolution of the display shall be at least 50 milliseconds. SURGE PROTECTOR(LIGHTING ARRESTER) 10111: The controller shall have an input voltage surge protector that shall protect the controller input from any voltage surges that could damage the controller or any of its components. FIELD WIRING TERMINAL ori There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different numbering system is used for the cabinet wiring, then both numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. COMPUTER INTERFACE UNIT Interface communication devices shall be designed as separate units or as modules that plug directly into the controller case. The communication devices shall be used for on- line computer control of the intersection and shall be capable of transmitting all wii detector and signal status information and receiving and decoding command information from the computer all in conformance and within the capability of the multisonic master computer unit or other central system as specified in the plans and specifications and the interconnect cables. at DOOR SWITCH A door switch shall be provided on the signal cabinet door interfacing with the signal conflict monitor. In the event that the conflict monitor has been left disconnected, the signal display shall immediately flash when the signal cabinet door is closed. The signal display shall remain in flash when the cabinet door is reopened. The signal display shall also remain in flash if a power recovery occurs with the door open and if the conflict monitor is not installed. A reset switch located on the load-bay shall be provided to clear both of these flashing conditions. A second door switch shall be provided to operate the cabinet light. a UNIVERSAL DETECTOR INPUT PANEL A universal detector input panel shall be provided on the left sidewall of the cabinet. This panel shall be usable with any NEMA TS 1 Controller and shall include a detector matrix to assign detector outs to any controller detector input on the A,B, C or D cable. WIRE COLOR SCHEME All 120VAC circuits shall use black wire. All other circuits shall not use black wires. Color traces shall be used to identify functions. Red wire is to be used for all 24VDC circuits, and blue for logic ground circuits. PREEMPTION INDICATOR LIGHT The preemption indicator Iight shall be energized when the emergency vehicle preemption system is in operation. Said light shall turn on when a phase is preempted and the priority green is displayed. There shall be one indicator light for each of the four emergency vehicle preempt channels. .ed POWER REQUIREMENTS The controller cabinet and all associated equipment shall be designed for use on 120 volts,60 Hz., single phase alternating current. tio City of Renton-South 3rd St and Shattuck Ave S Page 84 Special Provisions Intersection Safety Improvement Project July 2009 LOADBAY r"' The controller cabinet shall contain a loadbay panel with the following minimum requirements: 1. The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4 overlap phases and 16 loadswitch positions. 2. The loadbay shall incorporate a swing down design to facilitate ease of maintenance and repair. It shall have service loops with sufficient slack to allow for the load bay to swing down without any of the harnesses being unsecured. it Panels mounted on the sides, and shelves shall not interfere with the swing down operation. The loadbay width shall not exceed 34". To obtain this size, loadswitch sockets may be on 1.9375"centers. 3. The loadbay shall be located in the front of the rear wall of the cabinet. 4. Terminal blocks for terminating field wiring shall be supplied. No wires are permitted on the field side of the blocks. This includes wires for flash control. 5. Flash programming shall be done with the use of 9 pin Molex connectors. The connectors shall also provide a means to select which flasher circuit is used. The 1100 pin assignments of these connectors shall comply with existing standards. 6. The loadbay shall be designed with an intuitive layout to facilitate maintenance. A vertical terminal block for each phase will be mounted above the corresponding wr phase loadswitch. All controller functions for that phase will terminate on that terminal block. 7. The loadbay shall be designed to incorporate the use of supplemental loads. These loads shall be chassis mounted. The use of"sky hooks" to mount components is unacceptable. Supplemental load resistors are to be provided for all odd phase's red,yellow and green. 8. All pedestrian monitor input wires shall be terminated on banana jacks to allow easy reprogramming in the future. 9. All load switches, flasher, and flash transfer relay sockets shall be mounted with screws. Clip mounting is unacceptable. 10. The loadbay shall incorporate a relay to remove 24VDC from the load switches during flash. Immediately below this relay there shall be mounted a NC push button switch to reapply the 24VDC for trouble shooting purposes. 11. All wiring shall be color-coded. Wire with a black base color shall be used for all 120VAC circuits; all other circuits will not use black. Red,yellow and green traces shall be used to identify related functions on both black and not black wires. Red shall be used for 24VDC circuits 12. The loadbay shall be a Cascade Signal Corporation assembly #361 or a pre- , approved equal. TECHNICIAN TEST PANEL The maintenance panel shall be hinged for easy interior access. The maintenance panel shall have the 20 AMP GFI and have the following switches and indicators: Flash/Automatic Stop Time - 3-position switch, On - OFF- On Flash (with Stop Time indicator light, LED). Controller Power-On/Off Vehicle Call-Push buttons-Phase 1 through 8 Ped Call-Push buttons-Phase 2,4, 6 & 8 Preemption-Test push buttons-A, B, C, &D LIGHT, FAN AND THERMOSTAT ASSEMBLY The fan and thermostat assemblies shall be located on the top inside of the cabinet and shall be attached to the plenum. One (1) complete fan assembly shall be furnished in each cabinet. The cabinet light is to be an fluorescent and operated by a NC door operated switch. The fan shall be rated at 100-CFM minimum and shall have ball bearings. Sleeve bearings are expressly forbidden. The fan shall have screened covers. err City of Renton-South 3rd St and Shattuck Ave S Page 85 Special Provisions Intersection Safety Improvement Project July 2009 !! The thermostat shall be 120 VAC and have a temperature rating of 70 to 120 atiii degrees Fahrenheit. An RC network shall be provided across the positive and negative lE inputs to the fan. FLASH TRANSFER RELAY Flash transfer relays shall be provided with each cabinet. Six (6) each shall be supplied with the Type `P' cabinet. A thin copper disc called a non-freeze pin shall be r included in the relay design to combat the residual magnetism phenomena. The uses of tape,plastic or dimples are not acceptable solutions. LOADS WITCHES al The load switches shall be a three-(3) function NEMA and shall have LED indicator lights that show the input side of the relay. The unit shall be rated for a minimum of ten(10)amps per circuit through the entire NEMA temperature range. $ DETECTOR CARD CAGE The detector card cage shall be a completely enclosed assembly. It shall have 12 positions and wired for two channel detector amps as specified in section 9-29.18. The last two card cage slots shall be wired for the emergency pre-emption modules r described in section 9-29.13(3).The detector power supply(s) shall occupy the first two slots of the card cage. 1 UNIVERSAL PROGRAM PANELal The controller cabinet shall be provided with a raised universal Program Panel, with connectors attached in lieu of a"D" cable. A cable shall be provided to work with the controller specified. The attached connectors and pin assignments shall be consistent with existing standards. The panel shall contain 2 dual surge suppressors, SRA64. These are to be wired for protection of the telemetry lines. The panel shall I contain ten 20 position feed through terminal blocks, and one 6 position terminal block. The function and layout of these terminal blocks shall be consistent with existing standards. The first block shall be used to input to the controllers normal 8 phase inputs on the A, B and C cables. Pull up resistors shall be provided on this block to insure compatibility with both TS 1 and TS2 detectors. The second and third blocks shall be the detector out puts from the card cage(s). The fourth block shall be the detector inputs to the "D" cable. The fifth and seventh blocks shall be the green inputs into the card cages. The sixth block shall have the controller greens and reds. The remaining blocks shall have miscellaneous "D" functions laid out consistent with > existing standards. The panel shall be a Cascade Signal Corporation assembly# 564 or a pre-approved equal. The "D" cable provided must work with an Eagle M-50 controller. gill The table below indicates the standard field detector numbers and the standard controller detector numbers. TABLE—Traffic signal Controller Input (From the Detector Field Termination Panel through the Universal Program Panel to Controller Detector DetectorController Detector Controller Detector Controller NO Controller # Input# # Input# # Input# # Input# 1 1 9 9 w. 2 2 10 10 3 3 11 11 4 4 12 12 5 5 13 13 '07. 6 6 14 14 IN City of Renton-South 3rd St and Shattuck Ave S Page 86 Special Provisions 2 Intersection Safety Improvement Project July 2009 7 7 15 15 8 8 16 16 CABINET QUALITY The cabinet shall be compliant to both mechanical and functional specifications prior to being shipped to owner. 1. Cabinet and hardware will comply with project specifications. ri 2. Function compliance will be tested with power applied. 3. All cabinet and loadbay functions will pass point-to-point tests including expansion requirements. 4. All field detector inputs must be checked from field connection point to controller. Cabinet issues and clarifications need to be documented and addressed prior to delivery. This agency will NOT provide QA or testing service for the delivered cabinet. Testing done by this agency is not in lieu of manufacturer test requirements. 9-29.13(7)D NEMA Controller Cabinets Section 9-29.13(7)D is replaced with: (******) int General Cabinets for traffic signals and safety lighting shall comply with Section 9-29 of the Standard Specifications for Road, Bridge and Municipal construction 2000, except as supplemented by the requirements herein. The cabinet shall be anodized aluminum and painted white inside, with a minimum thickness of 0.080 or 0.125 inches as indicated herein. The cabinet shall be fabricated from flat aluminum and welded. The riveted type fabrication will not be permitted. All cabinets shall be supplied with a standard Best CX-1 Lock, Red Construction Core.All control cabinets shall include but not be limited to switches, relays, flashers, power supply, component racks, terminals, wiring harnesses, lights, interior and exterior hardware and/or related components, and when specified on the plans and special provisions, shall include operating components, ills such as controller, modems, loop amplifiers, load switches,preempt module, and signal monitor. NEMA TS1 Type `P'Traffic Signal Controller Cabinets GENERAL The standard traffic signal controller cabinet shall be a NEMA TS1 Type `P'. The traffic signal cabinet(s) built to NEMA TS1 standards shall be supplied in compliance with Section 9-29.13, Traffic Signal Cabinet of the Standard Specification 2008 and modified as stated herein. All new traffic signals located within a signal interconnect system shall be connected to said system. ale The following are requirements for all cabinets: 1. The cabinet shall be anodized aluminum, with a minimum thickness of 0.125 inches. 2. All sheet metal products incorporated within this cabinet are to be aluminum, 1" shall be a minimum thickness of 0.090 inches and are to be powder coated white. 3. The dimensions shall be 55"High x 44"Wide x 26"Deep. y„ 4. No vertical seams shall be allowed except for the attachment of the panels above and below the door. The cabinet sides and back shall be fabricated of one continuous piece of sheet aluminum. All interior seams shall be continuously welded. ire 5. The roof shall be fabricated of one (1) continuous piece of sheet aluminum and shall incorporate a plenum to which the fan will be mounted from the inside of the cabinet to provide forced air ventilation. The ventilation exhaust opening of the unit shall be underneath the front overhang and shall have a a" screen. The roof section shall be continuously welded to the main cabinet body. V City of Renton-South 3rd St and Shattuck Ave S Page 87 Special Provisions Intersection Safety Improvement Project July 2009 11r 6. The cabinet interior shall be painted white and the shelves shall be white. The inside of the cabinet door does not need to be white. 7. The Cabinet shall be base mounted. The Type `P'cabinets shall have four(4) mounting holes on the bottom of the unit. The mounting holes will be: Center to center width: 40- 5/8" Center to center in depth: 18-1/2" 8. The main door of the cabinet shall include a police door. Stainless steel hinges shall support both the main door and police door. 9. The main door shall be equipped with a three (3) point latching mechanism, fabricated from heavy gauge steel with steel locking rods and twin nylon rollers. This mechanism is to be cadmium plated. Main door shall be provided with a doorstop to securely hold the door open at approximately 90 degrees, 120 degrees, and 180 degrees. 10. Included with the main door shall be a replaceable filter, 12" x 16" x 1", which shall be located behind the louvered vents and secured with a aluminum cover, holding clips and spring. 11. Door handle shall be made of stainless steel and have a provision for padlocking. 12. Two (2) shelves or more shall be included and shall be of sufficient depth to store equipment,and be powder coated white. 13. A pullout shelf with an internal document storage compartment mounted under the controller shelf shall be supplied. The document drawer shall have a nominal storage area of approximately 17" W x 12" D x 1" H as approved by the Engineer. 14. All mounting hardware used in the cabinet, whether it is used to secure equipment or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. 15. The cabinet shall be supplied with a standard Lock, Best CX-1, Red Construction Core for the main door and a standard police lock for the police door. Two(2)keys for each lock shall be included. 9-29.16(2) Conventional Traffic Signal Heads Section 9-29.16(2)is supplemented by adding the following: (******) ail Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the signal plans. Each signal head shall have a 1/4 inch drain hole in its base. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. 9-29.16(2)A Optical Units a Section 9-29.16(2)A has been revised as follows: (******) Light Emitting Diode(LED) light sources are required for all displays. 9-29.16(2)B Signal Housing The fifth paragraph of Section 9-29.16(2)B has been revised as follows: (******) Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made City of Renton-South 3rd St and Shattuck Ave S Page 88 Special Provisions Intersection Safety Improvement Project July 2009 sus from aluminum and shall be installed with fittings to provide a watertight seal. A bead " of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as the signal housing. 9-29.16(2)C Louvered Visors Section 9-29.16(2)C has been revised as follows: (******) Y•. Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall — be as shown in the contract. 9-29.16(2)D Back Plates Section 9-29.16(2)d has been deleted and replaced with: (******) Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3-S half-hard aluminum sheet, 0.058-inch minimum thickness, r with 5-inch square cut border and painted black in front and yellow in back. 9-29.16(2)E Painting Signal Heads Section 9-29.16(2)E has been revised as follows: .r (******) Traffic signal heads shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked powder coating comprised of resins and pigments.Aluminum end caps and sNs the back of back plates shall be painted to match the color of the signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats of factory applied flat black enamel. 9-29.17 Signal Head Mounting Brackets and Fittings Section 9-29.17 is replaced as follows: (******) "■ Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the elevator plumbizer type as shown on the standard plans, unless specified otherwise on the plans. N" Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: Aluminum .r. 1. Hinge fittings for Type E mount. 2. Arms and slotted tube fittings for Type N mount. 3. Plumbizer, tapered adjustment washers and flange adapter fittings for Type M mount. The plumbizer shall be cast from tenzalloy AAA No. 713. "! 4. Tube clamp and female clamp assembly for Type N mount. Bronze 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 2. Collars for Type C, D, and F mounts. WO 3. Ell fittings for Type L and LE mounts. 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 5. Balance adjuster for Type Q, R, and S mounts. Galvanized Steel 1. Washers for Type A, B, C, D, F, H, and K mounts. 2. Fasteners for Type A, B, E, H, and K mounts. Stainless Steel 1. All set screws and cotter Keys. 2. Bands for Type N mount. ass City of Renton-South 3rd St and Shattuck Ave S Page 89 Special Provisions Intersection Safety Improvement Project July 2009 3. Hinge pins for Type E mount. 4. Bolts,nuts and washers for Type M mount. 5. Bolt, nut and washers for Type L mount. 6. Bolts,nuts, washers, and screw buckle swivels. Steel lit 1. Center pipes,nipples, elbow and tee fittings for Type A, B, C, F,H,and K mounts. 2. Multi-head mounting assemblies and spider assemblies for Type Q,R, and S mounts. 3. Nipples for Type L, LE, P,Q, R, and S mounts. All other miscellaneous hardware shall be stainless steel. I Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. 9-29.23 Traffic Signal Battery Backup System (BBS) Section 9-29.23 is a new section with new subsections: (******) The BBS shall be a Tesco Traffic 22 BBS 1400XL-6 or equivalent and shall meet or exceed the a following specifications: ENCLOSURE SPECIFICATIONS: sti Anodized aluminum weatherproof enclosure shall house BBS and batteries. Enclosure shall be TIG welded construction with welding materials specifically designed for the material to be welded. Enclosure shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door shall incorporate a full-length piano hinge, pad-lockable draw latch(center area on door-latch side), and two pad lockable welded-in place vandal-proof tabs(one upper area,one lower area on door-latch side,rated at 2000 lbs.each). There shall be no exposed nut, bolts, screws, rivets or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions 46"H x 20"W x 10.25"D. Weight 250 lbs with batteries. BBS shall be mounted in an interior tilt out housing with 800 lb rated stops. Battery connectors shall be Anderson Connectors with silver plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure can include two transfer bypass switches, one for BBS bypass the second for auxiliary generator(optional). All switches must be panel mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identify all controls and major components.A plastic covered wiring diagram will be attached to the inside of the front door. All components shall be factory wired and conform to required NEMA,NEC, and UL standards.A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. BBS PANEL MINIMUM FEATURES: • System shall provide 700 watts of full control run time for two(2)hours. In addition the system shall provide six(6)to eight(8)hours of flash. • BBS bypass and BBS isolation switch. • Deadfront safety panel board with all switches, indicating fuses,plugs,and isolation fuses for each battery pre-wired with phenolic nameplates. • All nameplates shall be screwed on phenolic engraved type. • All wire terminating lugs shall be full wrap around type. City of Renton-South 3rd St and Shattuck Ave S Page 90 Special Provisions Intersection Safety Improvement Project July 2009 aim • All batteries shall be captive spaced from external captive sides in earthquake proof buckets. • Cabinet ventilation shall be by(qty. 4)4"x 1/4" louvers top and bottom with encapsulated bug screens, cleanable filters and a 100 cfm fan to completely exchange air 25 times ..r minimum per minute. • All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. • Event Counters &Total Run Time Counter. BBS UNIT MINIMUM SPECIFICATIONS: ®"` BBS unit shall provide a true sine-wave output with minimum 1400 Volt-Amp continuous capacity. BBS must provide for utility service isolation when in operation. The minimum rating for wattage output will be 950 watts. The BBS shall be capable of running an intersection with lila LED lights(for Run Time consult manufacturer). The unit shall operate off-line, with transfer time of 2 ms or less, with battery condition indicator,with automatic test provisions, and with hot-swappable batteries(all batteries in system). BBS will automatically recharge batteries from full discharge to 95% capacity within 6 hours. BBS will provide on-line operation for a minimum input of 92 to 145 VAC, provide full load output of 120VAC— 10%/+4% at 60 Hz+/- 0.05% over a temperature range of-37° C (optional adder)to+74°C and be a UL Approved �. Design. For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. 161111 BBS UNIT MINIMUM FEATURES: • 1400VA 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard w• wiring termination to/from the inverter are unacceptable). • Surge energy withstand 480 Joules, 6.5kA • Common mode clamping 0 ns <5ns typical UL 1449 • Conditioned power—Computer quality • Transient lighting protection— 160 Joules • Transfer to battery time—2 ms • Retransfer to utility—2 ms • Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (deadfront panel mounted 30 amp)connections to the BBS for greater system reliability and ease of maintenance. Series wiring is unacceptable. • Fan cooling shall be fused for locked rotor current. • Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery. • BBS covers shall be 60%open on both sides to diminish the environmental effects of extreme temperatures. • Includes USB & RS232, DB9 Computer Interface Ports. • Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). BBS COMMUNICATIONS MODULE: All inverter connections shall be made without the use of tools. This includes: A/C-Input, A/C- Output,Normally-Open, and Normally-Closed programmable contacts. Smart Slot Relay I/O Module; Input#1 Turn the BBS on. Input#2 Turn the BBS off. City of Renton-South 3rd St and Shattuck Ave S Page 91 Special Provisions Intersection Safety Improvement Project July 2009 rr• Input#3 Start the BBS self-test. iste Input#4 Shut down the BBS (when on battery). Output#1 The BBS is on-battery(during a power failure, self-test or run time calibration). Output#2 BBS has a low battery—Programmable. Output#3 The protected load is not receiving power from the BBS. Output#4 Replace the BBS batteries. Output#5 The BBS is overloaded. Output#6 Any BBS fault or self-test failure. so BATTERIES: Batteries shall be maintenance-free,type AGM/VRLA(Absorbed Glass Mat/Valve Regulated rr� Lead Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be independently pre-wired and individually fused. Batteries shall be furnished with heavy-duty 50 amp rated silver-plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be rit lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 lbs are not acceptable. ENCLOSURE TEMPERATURE COMPENSATION: Operating temperature range shall be a minimum -37° C to +74°C. POWER SYSTEM ANALYZER AND CONFLICT RESOLUTION MODULE: The system shall incorporate an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer shall evaluate and make limited adjustments to the incoming utility power and automatically transfer load to the battery back-up power if utility power is lost. When utility power becomes available,the BBS shall analyze the power to verify stability and return to normal operation. The system shall provide automatic BBS failure detection and automatically isolate the failed BBS and lock the unit onto utility power. Once the failure has been corrected, the system shall return to the normal operation. TRIPLE BYPASS SYSTEM FOR OFFLINE BBS: ,,,t 1 SPACT—Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module. 1. PCM—Power Conflict Monitor 2. The PCM is a totally redundant failsafe system. The PCM shall monitor load bus power available continuously. If load bus power fails for 5ms the PCM shall transfer and isolate the BBS and guarantee that commercial power will be locked on. 3. Watchdog Timer—Redundant 5 ms delay and hard transfer to utility power. rr 4. The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer time shall be 2ms. 5. Onboard Smart I/O module shall execute lockout of battery back up system upon Smart detection of any inverter BBS fault.If BBS resets itself, it shall automatically be at available for backup. 7. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. SMART BATTERY CHARGER: Shall charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 120°. The battery charger shall utilize Smart Cell w>r Technology to extend battery life. WI City of Renton-South 3rd St and Shattuck Ave S Page 92 Special Provisions Intersection Safety Improvement Project July 2009 INTELLIGENT BATTERY MANAGEMENT: •. The system shall have a precision battery charging system, automatic true-load battery tests, and redundant overcharge protection. The system shall regulate under and over voltages without switching to battery. The system shall automatically perform a self-test every two weeks and alert Owner to degrading batteries before they wear out. Through software, or the push of a button, self-tests may be low performed at anytime. The system battery charging systems shall be microprocessor controlled to precisely charge batteries. ... HOT-SWAPPABLE BATTERY REPLACEMENT: The system shall have a 60 second, user friendly, hot-swappable battery replacement system allowing safe and easy replacement of batteries while the system is up and running. Replacement battery packs shall ship in a reusable box for convenient return of exhausted batteries to a recycling center. WARRANTY: `• Manufacturers shall provide a two(2)year factory-replacement parts warranty on the BBS. Batteries shall be warranted for full replacement for two(2)years. The warranty shall be included in the total bid price of the BBS. N ADDITIONAL DESIGN OPTIONS: The system shall have available a: • Generator Transfer switch with BBS bypass and 30-amp external reverse service plug. • Heater with thermostat. 9-29.24 Service Cabinets Section 9-29.24 is replaced by the following: (******) The signal/street lighting service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. NI Service Enclosure: • Service enclosure shall be 20" Wide X 50"High X 10 '/a" Deep. • Service enclosure shall meet EUSERC requirements. • Service enclosure shall be fabricated from '/s"aluminum. • Interior of service enclosure shall be fabricated from 14 gauge cold rolled steel and painted white. """ • Service enclosure shall be anodized. • Service enclosure shall have continuous welded seams. • Service enclosure shall have full length deadfront with stainless steel hinge. • Service enclosure shall be a UL 508 industrial control panel label for service entrance equipment. • Service enclosure shall have pull section with removable step. 31111 • Service enclosure shall have fully framed side hinged outer door with swaged close tolerance sides for flush fit with top drip lip& closed cell neoprene flange compressed gaskets. NI City of Renton-South 3rd St and Shattuck Ave S Page 93 Special Provisions Intersection Safety Improvement Project July 2009 arr • Service enclosure shall have hinged deadfront with 1/4 turn latch&knurled knobs. • Deadfr-ont door shall be hinged on the same side as exterior door& open a minimum of 100°. • Removable backpan shall be mounted on 4 welded 1/4"studs. • All circuit breakers shall be mounted in a vertical position, handle up for"On" handle down wYi for"Off'. • Circuit breakers shall be of cable-in cable-out type. • Service enclosure shall consist of absolutely no"Bolt-On"or"Plug-1n"circuit breakers. • Service enclosure shall be completely prewired in the factory. • Wiring will be to NEMA IIB standards showing external connections &external equipment. • All bussing shall be UL approved copper THHN cable bussing, fully rated. • The function of all circuit breakers,switches &other components as required shall be identified by laminated engraved plastic nameplates with minimum 1/4" letters fastened with minimum of two#4-40 stainless steel machine screws. • Wiring schematics will be Computer Aided Drafting& include all external equipment and connections per NEMA IIB. • As Built factory drawings shall be enclosed in clear plastic & held inside the outer door by welded hooks. wr • Manufacturers will be required to furnish independent laboratory certification of metal preparation and finish and to confirm that the overall product meets these specifications. If this agency wishes to witness this testing, all costs to be paid by contractor. • Metered service enclosure combination battery backup unit shall be Tesco Class 27/22BBS or shall be a City approved equal prior to bid. 9-29.24(2) Electrical Circuit Breakers and Contactors Section 9-29.24(2) is deleted and replaced with the following: (******) The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Utility plug(120 volt-20 Amp rated) G.F.I. Type aft 4. Light control test switch(120 volt-15 Amp) 5. Contactor relay for each circuit 6. Double pole branch breaker(s)for lighting circuits (240 volt) 7. One 120 volt, 20 Amp single pole branch breaker(for utility plugs) 8. Type 3-single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker(signal service) 10. Complete provisions for 16 breaker poles �y 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary ma 9-29.25 Amplifier, Transformer, and Terminal Cabinets Section 9-29.25 is supplemented as follows: (******) The terminal box shall be weather tight, have a single door with continuous hinge on one side and screw hold-downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. 1111111 Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. City of Renton-South 3rd St and Shattuck Ave S Page 94 Special Provisions Intersection Safety Improvement Project July 2009 lint IOW Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. .. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is supplemented with the following: (******) All ductile iron pipe used on this project shall be "Special Class 52", except pipe joined using bolted flanges joints shall be"Special Class 53". 9-30.5 Hydrants S"' Section 9-30.5 is supplemented by adding the following: (******) Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Imo Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super Centurion 200, conforming to AWWA C-502-85. 9-30.5(1) End Connections (RC) Section 9-30.5(1) is supplemented by adding the following: (******) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 9-30.5(2) Hydrant Dimensions VOW Section 9-30.5(2) is replaced with the following: (******) Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main 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 one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. .�. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions. 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: (******) Polyethylene pipe shall not be used. +r. City of Renton-South 3rd St and Shattuck Ave S Page 95 Special Provisions emsIntersection Safety Improvement Project July 2009 9-30.6(7) Meter Boxes ow Section 9-30.6(7)has been supplemented as follows: (******) Cast iron meter boxes shall be installed per the City of Renton Standard Details for water meters, latest revision. vii sr et via sr Nu SW Stit VW Itili 1116 Via sr City of Renton-South 3rd St and Shattuck Ave S Page 96 Special Provisions Intersection Safety Improvement Project July 2009 THIS PAGE INTENTIONALLY LEFT BLANK a ePtda 4- City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project July 2009 a BENEFIT CODE KEY-EFFECTIVE 03-04-2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF ( TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR- TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED,EXCEPT LABOR DAY,SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y r O. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03-04-2009 -2- 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT(8)HOURS OF STRAIGHT TIME PER DAY,OR TEN(10)HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED, OR FORTY(40)HOURS OF STRAIGHT TIME PER WEEK,MONDAY THROUGH FRIDAY,OR OUTSIDE THE NORMAL SHIFT,AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE,ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8) HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.WHEN A FOUR(4)DAY,TEN (10)HOUR WORKWEEK IS ESTABLISHED,ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE-AND-ONE- HALF TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM(OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY(10 HOURS PER DAY FOR A 4 X 10 WORKWEEK)AND ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.(EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY(10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.)ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12)HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03-04-2009 _3- C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ho D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY)AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. him S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING,THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY,WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED,IN ADDITION TO HOLIDAY PAY. L 4A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES hi BENEFIT CODE KEY-EFFECTIVE 03-04-2009 -4- 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER • THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY(9). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, rr INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. ist sot BENEFIT CODE KEY-EFFECTIVE 03-04-2009 -5- X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). L Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). II B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9). N' C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). ill D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). L E. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND ,L- A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAIDHOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(11). . G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11). LH. PAID HOLIDAYS: NEW YEAR'S DAY,NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10). LI. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). J. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING r DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY(9). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND MS CHRISTMAS DAY.(8) 6 Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY: I. PRESIDENTS'DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR fDAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE iiii CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE WI EMPLOYEE'S CHOICE(9). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS Ili DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING iii DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). BENEFIT CODE KEY-EFFECTIVE 03-04-2009 -6- Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY(9). Z.. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 220'-$4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-$5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75,LEVEL B:$0.50,AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B: $1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, CLASS B SUIT:$1.50, CLASS C SUIT:$1.00,AND CLASS D SUIT$0.50. State of Washington or• DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 ow Washington State Prevailing Wage Rates For Public Works Contracts 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 ow of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY es EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over pip PREVAILING Time Holiday Note Classification WAGE Code Code Code err ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $38.12 1H 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 um BRICK AND MARBLE MASONS JOURNEY LEVEL $45.05 1M 5A CABINET MAKERS (IN SHOP) mm JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $46.32 1M 5D pp BRIDGE, DOCK AND WARF CARPENTERS $46.16 1M 5D CARPENTER $46.16 1M 5D CREOSOTED MATERIAL $46.26 1M 5D DRYWALL APPLICATOR $46.42 1M 5D WO FLOOR FINISHER $46.16 1M 5D FLOOR LAYER $46.16 1M 5D FLOOR SANDER $46.16 1M 5D O, MILLWRIGHT AND MACHINE ERECTORS $47.16 1M 5D PILEDRIVERS,DRIVING, PULLING,PLACING COLLARS AND WELDING $46.36 1M 5D SAWFILER $46.16 1M 5D SHINGLER $46.16 1M 5D ow STATIONARY POWER SAW OPERATOR $46.16 1M 5D STATIONARY WOODWORKING TOOLS $46.16 1M 5D CEMENT MASONS mm JOURNEY LEVEL $46.81 1M 5D DIVERS&TENDERS DIVER $96.81 1m 5D 8A irr DIVER ON STANDBY $54.19 1M 5D DIVER TENDER $49.84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $47.09 1T 5D 8L imi ASSISTANT MATE(DECKHAND) $46.58 1T 5D 8L BOATMEN $47.09 1T 5D 8L ENGINEER WELDER $47.14 1T 5D 8L op LEVERMAN, HYDRAULIC $48.71 1T 5D 8L MAINTENANCE $46.58 1T 5D 8L MATES $47.09 1T 5D 8L meOILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $46.34 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS "m JOURNEY LEVEL $18.69 1 Page 1 imp t KING COUNTY EFFECTIVE 03-04-2009Ili (See Benefit Code Key) Over rr PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS -INSIDE irli CABLE SPLICER $58.34 1E 5A CABLE SPLICER(TUNNEL) $62.86 1E 5A CERTIFIED WELDER $56.29 1E 5A oil CERTIFIED WELDER(TUNNEL) $60.60 1E 5A CONSTRUCTION STOCK PERSON $28,83 1E 5A JOURNEY LEVEL $54.25 1E 5A JOURNEY LEVEL(TUNNEL) $58.34 1E 5Anil ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C nil ELECTRICIANS -POWERLINE CONSTRUCTION CABLE SPLICER $58.36 4A 5A CERTIFIED LINE WELDER $53.30 4A 5A ON GROUNDPERSON $38.14 4A 5A HEAD GROUNDPERSON $40.25 4A 5A HEAVY LINE EQUIPMENT OPERATOR $53.30 4A 5A JACKHAMMER OPERATOR $40.25 4A 5A oil JOURNEY LEVEL LINEPERSON $53.30 4A 5A LINE EQUIPMENT OPERATOR $45.14 4A 5A POLE SPRAYER $53.30 4A 5A so POWDERPERSON $40.25 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORStai MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS II ALL CLASSIFICATIONS $13.60 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 1 ow FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $32.47 1H 5D GLAZIERS lig JOURNEY LEVEL $45.25 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $48.28 1S 5J rir HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS IIIII JOURNEY LEVEL $39.31 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER eir JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1 K 5B OP COOK $45.36 1 K 5B DECKHAND $45.36 1K 5B ENGINEER/DECKHAND $46.25 1K 5B MATE,LAUNCH OPERATOR $47.35 1 K 5Bwe Page 2 S KING COUNTY - EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) ow Over PREVAILING Time Holiday Note Classification WAGE Code Code Code or INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 ow HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 so INSULATION APPLICATORS JOURNEY LEVEL $46.16 1M 5D IRONWORKERS JOURNEY LEVEL $51.01 10 5A it LABORERS ASPHALT RAKER $39.31 1H 5D BALLAST REGULATOR MACHINE $38.12 1H 5D sir BATCH WEIGHMAN $32.47 1H 5D BRUSH CUTTER $38.12 1H 5D BRUSH HOG FEEDER $38.12 1H 5D ow BURNERS $38.12 1H 5D CARPENTER TENDER $38.12 1H 5D CASSION WORKER $39.31 1H 5D CEMENT DUMPER/PAVING $38.83 1H 5D W O CEMENT FINISHER TENDER $38.12 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $38.12 1H 5D CHIPPING GUN(OVER 30 LBS) $38.83 1H 5D ow CHIPPING GUN(UNDER 30 LBS) $38.12 1H 5D CHOKER SETTER $38.12 1H 5D CHUCK TENDER $38.12 1H 5D CLEAN-UP LABORER $38.12 1H 5D 00 CONCRETE DUMPER/CHUTE OPERATOR $38.83 1H 5D CONCRETE FORM STRIPPER $38.12 1H 5D CONCRETE SAW OPERATOR $38.83 1H 5D - CRUSHER FEEDER $32.47 1H 5D CURING LABORER $38.12 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $38.12 1H 5D - DITCH DIGGER $38.12 1H 5D DIVER $39.31 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $38.83 1H 5D DRILL OPERATOR,AIRTRAC $39.31 1H 5D w DUMPMAN $38.12 1H 5D EPDXY TECHNICIAN $38.12 1H 5D EROSION CONTROL WORKER $38.12 1H 5D oo FALLER/BUCKER,CHAIN SAW $38.83 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $29.65 1H 5D construction debris cleanup) FINE GRADERS $38.12 1H 5D ow FIRE WATCH $32.47 1H 5D FORM SETTER $38.12 1H 5D GABION BASKET BUILDER $38.12 1H 5D 40 GENERAL LABORER $38.12 1H 5D GRADE CHECKER&TRANSIT PERSON $39.31 1H 5D GRINDERS $38.12 1H 5D ow GROUT MACHINE TENDER $38.12 1H 5D Page 3 KING COUNTY EFFECTIVE 03-04-2009Ili ********************************************************************************************************** (See Benefit Code Key) Over ow PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $38.12 1H 5D 11I► HAZARDOUS WASTE WORKER LEVEL A $39.31 1H 5D HAZARDOUS WASTE WORKER LEVEL B $38.83 1H 5D HAZARDOUS WASTE WORKER LEVEL C $38.12 1H 5D we HIGH SCALER $39.31 1H 5D HOD CARRIER/MORTARMAN $39.31 1H 5D JACKHAMMER $38.83 1H 5D LASER BEAM OPERATOR $38.83 1H 5D 111 MANHOLE BUILDER-MUDMAN $38.83 1H 5D MATERIAL YARDMAN $38.12 1H 5D MINER $39.31 1H 5D 1x11 NOZZLEMAN,CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38.83 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $38.83 1H 5D vii PILOT CAR $32.47 1H 5D PIPE POT TENDER $38.83 1H 5D PIPE RELINER(NOT INSERT TYPE) $38.83 1H 5D 60 PIPELAYER&CAULKER $38.83 1H 5D PIPELAYER&CAULKER(LEAD) $39.31 1H 5D PIPEWRAPPER $38.83 1H 5D POT TENDER $38.12 1H 5D 11d POWDERMAN $39.31 1H 5D POWDERMAN HELPER $38.12 1H 5D POWERJACKS $38.83 1H 5D no RAILROAD SPIKE PULLER(POWER) $38.83 1H 5D RE-TIMBERMAN $39.31 1H 5D RIPRAP MAN $38.12 1H 5D RODDER $38.83 1H 5D us SCAFFOLD ERECTOR $38.12 1H 5D SCALE PERSON $38.12 1H 5D SIGNALMAN $38.12 1H 5D au SLOPER(OVER 20") $38.83 1H 5D SLOPER SPRAYMAN $38.12 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $38.83 1H 5D mo SPREADER(CONCRETE) $38.83 1H 5D STAKE HOPPER $38.12 1H 5D STOCKPILER $38.12 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $38.83 1H 5D r TAMPER(MULTIPLE&SELF PROPELLED) $38.83 1H 5D TOOLROOM MAN(AT JOB SITE) $38.12 1H 5D TOPPER-TAILER $38.12 1H 5D isli TRACK LABORER $38.12 1H 5D TRACK LINER(POWER) $38.83 1H 5D TRUCK SPOTTER $38.12 1H 5D oli TUGGER OPERATOR $38.83 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $38.12 1H 5D VIBRATOR $38.83 1H 5D VINYL SEAMER $38.12 1H 5D is WELDER $38.12 1H 5D WELL-POINT LABORER $38.83 1H 5D ea Page 4 as KING COUNTY ""' EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) ow Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ma LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $38.12 1H 5D PIPE LAYER $38.83 1H 5D ■r LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 all LATHERS JOURNEY LEVEL $46.42 1M 5D METAL FABRICATION (IN SHOP) um FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 am WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 OW ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 am TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 ▪ PAINTERS JOURNEY LEVEL $34.87 2B 6Z PLASTERERS ow JOURNEY LEVEL $44.83 1R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS&PIPEFITTERS OW JOURNEY LEVEL $62.19 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44.64 1T 5D 8P al BACKHOE, EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $48.46 1T 5D 8P TONS BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $49.03 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,OVER 30 METRIC TONS TO 50 $47.91 1T 5D 8P ow METRIC TONS BACKHOE, EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $47.00 1T 5D 8P BACKHOE, EXCAVATOR,SHOVEL,TRACTORS: 15 TO 30 METRIC TONS $47.42 1T 5D 8P ole BARRIER MACHINE(ZIPPER) $47.42 1T 5D 8P BATCH PLANT OPERATOR,CONCRETE $47.42 1T 5D 8P BELT LOADERS(ELEVATING TYPE) $47.00 1T 5D 8P BOBCAT(SKID STEER) $44.64 1T 5D 8P ow BROKK-REMOTE DEMOLITION EQUIPMENT $44.64 1T 5D 8P BROOMS $44.64 1T 5D 8P BUMP CUTTER $47.42 1T 5D 8P " CABLEWAYS $47.91 1T 5D 8P CHIPPER $47.42 1T 5D 8P COMPRESSORS $44.64 1T 5D 8P ✓ CONCRETE FINISH MACHINE-LASER SCREED $44.64 1T 5D 8P Page 5 KING COUNTY EFFECTIVE 03-04-2009 "' ********************************************************************************************************** (See Benefit Code Key) Over ■ii PREVAILING Time Holiday Note Classification WAGE Code Code Code CONCRETE PUMPS $47.00 1T 5D 8P NI CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 5D 8P CONVEYORS $47.00 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $49.03 1T 5D 8P us CRANE, FRICTION OVER 200 TONS $49.59 1T 5D 8P CRANES, THRU 19 TONS,WITH ATTACHMENTS $47.00 1T 5D 8P CRANES, 20-44 TONS,WITH ATTACHMENTS $47.42 1T 5D 8P CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING JIB $47.91 1T 5D 8P +ren WITH ATACHMENTS) CRANES, 100 TONS-199 TONS, OR 150 FT OF BOOM(INCLUDING JIB $48.46 1T 5D 8P WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $49.03 1T 5D 8P lit WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $44.64 1T 5D 8P CRANES,A-FRAME,OVER 10 TON $47.00 1T 5D 8P so CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $49.59 1T 5D 8P ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $47.42 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $47.91 1T 5D 8P • CRANES,OVERHEAD, BRIDGE TYPE(100 TONS&OVER) $48.46 1T 5D 8P CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $48.46 1T 5D 8P CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $49.03 1T 5D 8P ow CRUSHERS $47.42 1T 5D 8P DECK ENGINEER/DECK WINCHES(POWER) $47.42 1T 5D 8P DERRICK, BUILDING $47.91 1T 5D 8P DOZERS,D-9&UNDER $47.00 1T 5D 8P WI DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $47.00 1T 5D 8P DRILLING MACHINE $47.42 1T 5D 8P ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $44.64 1T 5D 8P it EQUIPMENT SERVICE ENGINEER(OILER) $47.00 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47.42 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $47.00 1T 5D 8P FORK LIFTS,(UNDER 3000 LBS) $44.64 1T 5D 8POS GRADE ENGINEER $47.00 1T 5D 8P GRADECHECKER AND STAKEMAN $44.64 1T 5D 8P GUARDRAIL PUNCH $47.42 1T 5D 8P riii HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $47.00 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $47.00 1T 5D 8P 1 HORIZONTAL/DIRECTIONAL DRILL OPERATOR $47.42 1T 5D 8P iiiii HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $44.64 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $47.00 1T 5D 8P LOADERS,OVERHEAD(6 YD UP TO 8 YD) $47.91 1T 5D 8P LOADERS,OVERHEAD(8 YD&OVER) $48.46 1T 5D 8P • LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $47.42 1T 5D 8P LOCOMOTIVES,ALL $47.42 1T 5D 8P MECHANICS,ALL $48.46 1T 5D 8P ow MIXERS,ASPHALT PLANT $47.42 1T 5D 8P MOTOR PATROL GRADER(FINISHING) $47.91 1T 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $47.00 1T 5D 8P iiiii MUCKING MACHINE, MOLE,TUNNEL DRILL AND/OR SHIELD $47.91 1T 5D 8P OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 5D 8P OPERATOR PAVEMENT BREAKER $44.64 1T 5D 8P Ili Page 6 KING COUNTY an EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) IMP Over PREVAILING Time Holiday Note Classification WAGE Code Code Code r PILEDRIVER(OTHER THAN CRANE MOUNT) $47.42 1T 5D 8P PLANT OILER(ASPHALT,CRUSHER) $47.00 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $44.64 1T 5D 8P POWER PLANT $44.64 1T 5D 8P r PUMPS,WATER $44.64 1T 5D 8P QUAD 9,D-10,AND HD-41 $47.91 1T 5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN HEIGHT BASED TO BOOM $44.64 1T 5D 8P 'r REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 1T 5D 8P EQUIP RIGGER AND BELLMAN $44.64 1T 5D 8P ROLLAGON $47.91 1T 5D 8P ow ROLLER,OTHER THAN PLANT ROAD MIX $44.64 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47.00 1T 5D 8P ROTO-MILL, ROTO-GRINDER $47.42 1T 5D 8P SAWS,CONCRETE $47.00 1T 5D 8P SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $47.91 1T 5D 8P OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $47.00 1T 5D 8P es SCREED MAN $47.91 1T 5D 8P SHOTCRETE GUNITE $44.64 1T 5D 8P SLIPFORM PAVERS $47.91 1T 5D 8P au SPREADER,TOPSIDER&SCREEDMAN $47.91 1T 5D 8P SUBGRADE TRIMMER $47.42 1T 5D 8P TOWER BUCKET ELEVATORS $47.00 1T 5D 8P TRACTORS,(75 HP&UNDER) $47.00 1T 5D 8P ow TRACTORS,(OVER 75 HP) $47.42 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $47.42 1T 5D 8P TRANSPORTERS,ALL TRACK OR TRUCK TYPE $47.91 1T 5D 8P Mil TRENCHING MACHINES $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER(100 TON&OVER) $47.42 1T 5D 8P illi TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $44.64 1T 5D 8P YO YO PAY DOZER $47.42 1T 5D 8P POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER a (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.29 4A 5A "r' SPRAY PERSON $37.21 4A 5A TREE EQUIPMENT OPERATOR $37.81 4A 5A TREE TRIMMER $35.18 4A 5A or TREE TRIMMER GROUNDPERSON $26.55 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $60.56 1G 5A RESIDENTIAL BRICK&MARBLE MASONS or JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 'l RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $46.34 1E 5P OOP Page 7 vs KING COUNTY EFFECTIVE 03-04-2009 se ********************************************************************************************************** (See Benefit Code Key) Over es PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL ELECTRICIANS rim JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $33.29 1H 5G MN RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 al RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS &PIPEFITTERS at JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION &AIR CONDITIONING MECHANICS JOURNEY LEVEL $60.56 1G 5A as RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $38.18 1B 5A NI RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $32.56 2R 5C RESIDENTIAL TERRAZZO/TILE FINISHERS ma JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $43.61 1M 5A ROOFERS SWI JOURNEY LEVEL $38.28 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $41.28 1R 5A SHEET METAL WORKERS mi JOURNEY LEVEL(FIELD OR SHOP) $55.27 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $32.56 1H 6W US CARPENTER $32.19 1B 6X ELECTRICIAN $31.87 1B 6X HEAT&FROST INSULATOR $48.28 1S 5J LABORER $30.70 1B 6X ctrl MACHINIST $31.70 1B 6X OPERATOR $34.13 1B 6X PAINTER $31.74 1B 6X WO PIPEFITTER $31.77 1B 6X RIGGER $30.17 1B 6X SANDBLASTER $29.24 1B 6X NM SHEET METAL $31.77 1B 6X SHIPFITTER $30.32 1B 6X TRUCKER $31.60 1B 6X WAREHOUSE $31.66 1B 6X 11i1 WELDER/BURNER $30.32 1B 6X SIGN MAKERS &INSTALLERS (ELECTRICAL) SIGN INSTALLER $22.92 1 iiii SIGN MAKER $21.36 1 SIGN MAKERS &INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 mii0 Page 8 KING COUNTY 'r" EFFECTIVE 03-04-2009 (See Benefit Code Key) or Over PREVAILING Time Holiday Note Classification WAGE Code Code Code o w SOFT.FLOOR LAYERS JOURNEY LEVEL $38.18 1B 5A SOLAR CONTROLS FOR WINDOWS esJOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $59.74 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) ow JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 „r INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 re TELEPHONE LINE CONSTRUCTION -OUTSIDE CABLE SPLICER $31.46 2B 5A HOLE DIGGER/GROUND PERSON $17.58 2B 5A rr► INSTALLER(REPAIRER) $30.17 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $29.26 2B 5A SPECIAL APPARATUS INSTALLER I $31.46 2B 5A r SPECIAL APPARATUS INSTALLER II $30.82 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $31.46 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $29.26 2B 5A TELEVISION GROUND PERSON $16.67 2B 5A als TELEVISION LINEPERSON/INSTALLER $22.19 2B 5A TELEVISION SYSTEM TECHNICIAN $26.42 2B 5A TELEVISION TECHNICIAN $23.76 2B 5A ,r TREE TRIMMER $29.26 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $43.61 1M 5A impTILE,MARBLE&TERRAZZO FINISHERS FINISHER $37.44 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37.90 1K 5A i1°16 TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $43.45 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $44.25 1T 5D 8L IMP DUMP TRUCK $43.45 1T 5D 8L DUMP TRUCK&TRAILER $44.25 1T 5D 8L OTHER TRUCKS $44.25 1T 5D 8L TRANSIT MIXER $23.45 1 wo WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 r• WELL DRILLER $18.00 1 arr 11100 Page 9 r to Washington State Department of Labor and Industries Policy Statement (Regarding the Production of"Standard" or"Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a ftl1 prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and me fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. ■r 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. .Wr 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Anyfirm withquestions regarding the g g policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360)902-5330. err ■r UI rrr Supplemental to Wage Rates 1 UI WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to r Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be .0 considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. Ile ITEM DESCRIPTION YES NO gmi 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin X Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans wr 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and X 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe- Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X ,.. 6. Corrugated Steel Pipe -Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 11110 7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. .r` OW rrr Supplemental to Wage Rates 2 MO WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO iti 8. Anchor Bolts & Nuts-Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail -Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15.—Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, IL, 1P, and 2 With adjustment sections. See Std. Plans. X 1 1 Supplemental to Wage Rates 3 wei WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ar ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet-with adjustment sections, See Std. Plans X +wr 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X v. 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X ----- ----------- --------------------------- "' 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults- Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval rw prior to casting 22. Vault Risers- For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault- For use with underground utilities. X See Contract Plans for details. am 24. Precast Concrete Barrier- Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete. Barrier. Only new state approved barrier may be used as X permanent barrier. arr 25. Reinforced Earth Wall Panels— Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls -tilt-up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used IMP OM Supplemental to Wage Rates 4 mil WO wr WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings- Concrete Crossing Structure Slabs. _ 2812, 18 and 26 inch Standard Precast Prestressed Girder- Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14- Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab-Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed Girder for � use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover X See Std. Plan. - _- 1 1 I Supplemental to Wage Rates 5 es WIN WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO wr 34. Cantilever Sign Structure-Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. sir Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. tap 35. Mono-tube Sign Structures- Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 36. Steel Sign Bridges -Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel els structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post- Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X fabrication +r. 38. Light Standard-Prestressed -Spun, prestressed, hollow concrete poles. X 39. Light Standards- Lighting Standards for use on highway "' illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre-approved drawings. 40. Traffic Signal Standards -Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. rw rr Supplemental to Wage Rates 6 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs-Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std ' Message Signing Message ---------------- sit 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom Standard End Sec Sec 45. Aggregates/Concrete mixes covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X MS 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X UN Supplemental to Wage Rates 7 e" WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator U.. r■ ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X— 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard 62. Steel pile tips, custom X WM IMO Supplemental to Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902- PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 **************************************************************************************************** (See Benefit Code Key) Prevailing Overtime Holiday Classification Code Wage Code Code Counties Covered: ADAMS,ASOTIN,COLUMBIA, DOUGLAS,FERRY,FRANKLIN,GARFIELD, KITTITAS LINCOLN,OKANOGAN,PEND ORIELLE,STEVENS,WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.55 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 +ro Counties Covered: BENTON as MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: 111IY CHELAN FITTER $15.04 1 ea LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 a Counties Covered: CLALLAM,GRAYS HARBOR,ISLAND,JEFFERSON,LEWIS,MASON, PACIFIC SAN JUAN AND SKAGIT li FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 rrir aim Supplemental to Wage Rates 9 rt METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 **************************************************************************************************** (See Benefit Code Key) Prevailing Overtime Holiday Classification Code Wage Code Code Counties Covered: urr CLARK FITTER $27.49 1E 6H LABORER $19.21 1E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1E 6H WELDER $26.89 1E 6H LAYEROUT $28.77 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $24.65 1B 6V FITTER $24.65 1B 6V WELDER $24.65 1B 6V Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $8.55 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER 15.48 Counties Covered: KITSAP +tr FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 rr WELDER $13.83 1 Yrr to +stir Supplemental to Wage Rates 10 as METAL FABRICATION (IN SHOP) Off EFFECTIVE 03/04/2009 **************************************************************************************************** (See Benefit Code Key) err Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: es KLICKITAT,SKAMANIA,WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 Of MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE • FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: aw SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 alt el Supplemental to Wage Rates 11 es as .rr WO METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: THURSTON FITTER $26.24 1A 6T yrs LABORER $16.42 1A 6T MACHINE OPERATOR $20.23 1A 6T LAYEROUT $28.56 1A 6T WELDER $23.97 1A 6T irr Counties Covered: WHATCOM FITTER/WELDER $13,81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 err +rr tir r Supplemental to Wage Rates 12 am .rt FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/04/2009 (See Benefit Code Key) �rw Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ar ADAMS,ASOTIN,BENTON,COLUMBIA,DOUGLAS,FERRY,GARFIELD,GRANT,LINCOLN, OKANOGAN,PEND OREILLE,STEVENS,WALLA WALLA AND WHITMAN ar+ ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN,KITTITAS,KLICKITAT AND SKAMANIA ar ALL CLASSIFICATIONS 8.61 1 Counties Covered: CLALLAM,CLARK,COWLITZ,GRAYS HARBOR,ISLAND,JEFFERSON,KITSAP,LEWIS,MASON, PACIFIC,SAN JUAN,SKAGIT,SNOHOMISH,THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 `t Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 5B Counties Covered: PIERCE at ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE art ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55 1 Supplemental to Wage Rates 13 a a a WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in o.r the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or v" building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians-Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control INN • Laborers - Underground Sewer&Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer&Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non-Electrical) 'i` • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers- Manufacturers - Fabricators" ,r. • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. rr ai. rrr Supplemental to Wage Rates 14 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Is Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. us (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: sr (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii)At multiple points at the project; or so (iii)Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to as contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. us (e) They deliver concrete to a public works site regardless of the method of incorporation. (f)They assist or participate in the incorporation of any materials into the public works project. S S Supplemental to Wage Rates 15 rY me UI ■r (3)All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading,transporting,waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to r.,, prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. i.r (4)Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a)A"stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. al (b) A stockpile does not include any of the functions described in subsection (2)(a) 'through (f) of this section; nor does a stockpile include materials delivered or distributed oto multiple locations upon the project site; nor does a stockpile include materials dumped rr at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d)of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the rr� applicable prevailing wage rates for the county in which the public works project is located. +rs [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92,effective 8/31/92.] r wir rr Supplemental to Wage Rates 16 NMI 11111 I Department of Labor and Industries STATEMENT OF INTENT TO (360)902-5335 ;‘ r l',3'• -2.4” .'3 PAY PREVAILING WAGES www.I rti.wa.govtaradesLicensing/Preva ilingWage .'''1'''> Public Works Contract S25.00 Filing Fee Required • This form must be typed or printed in ink, Prineet Name Comment a* • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once a N wed 'our form will be sled online at the exwe website. larIntraMrerrenrinarrOMMI. Ml'arer4 iiii Contractor,company or agency name,address,city,state&ZIP-4-4 f-City Stec 2:11 *.1 1 - 1 Awarding Agency Project Contact Person Phone# I County where work was performed reity where work was performed 1 IBid due date (matiddlyy) 1 Date contract awarded (mmidelfyy) 1 . , . • Will all work be subcontracted? Do you intend to use subcontractors? 0 Yes 0 No I U Yes 0 No Prime contractor(has contract with the public agency) Contractor Registration S i Expected job start date(nritiddfyy) I Do you intend to use apprentices? 1 I U5 121 No Craftitradei occupation(Do NOT list apprentices) I Estimated no Rate of I Rate of hourly fringe Indicate number of owners expected to perform work. I of workers hourly pay I benefits -1I. I I 1 ..,,t.,: .. • I I 1 I I I ii- 1 1 ,-„....C_ ompany name I Indicate total dollar amount of your contract 1 i or time and materials if applicable. 1 $ Address I hereby certify that the above information is correct and that all workers 1 employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial City State Z1P+4 1---- _ Statistician of the Department of Labor and Industries / Contractor Regisiration 1,4 URI Title Signature ./ Industrial Insurance Account Number Email address Phone number Eifillr%;:fAmmatC,Ort&,..,,,7)57ZZIA0.1111 0 S25 or S , I Chea Number, '' '!":311;111114144,141ritrlIWthkr'ir:,.,A. 0;11r11 .,:34' , . . . . .. ....... .... ,„..„. ......„... APPROVED: Department of Labor and industri,.. 1 BY L__,1 Industtial Staustician I — I ._ , F700-029-000 statement of intent,to pay prevailing wages 12-1)4 After APPROVAL,send white copy to Awarding Agency. Canal,'copy-L&I City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project July 2009 '7 iii How to expedite the processing of your form: 'm' REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based rrr on the date bids from prime contractor were due to the contract awarding agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work will be performed by owners/partners, state"Owner/Operator"under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. irr (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors,check the appropriate box on the form. i.e Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits, as defined by RCW 39.12.010,that you will actually provide to the workers. The amount listed for"Rate of ea Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing Total Dollar Amount of Your Contract Missing-Enter"time and materials" if applicable.The exact dollar amount will be required on the Affidavit of Wages Paid form. Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying,truck driving). Signature Missing-Intent must be signed by an authorized representative. Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project,they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form"Page 1 of 2","Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval rrr of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. rr A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. Prevailing wage rates are available on the Internet at www.Lni.wa.aoviTradesLicensingfPrevailinoWaoe Submit both copies (white and canary) and the $25.00 filing fee to: rre MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA,WASHINGTON 98504-4835 For questions call(360)902-5335 irr F700-029-000 statement of intent to pay prevailing wages-backer 12-04 r City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project July 2009 rr rite CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: rpt Ref: Pay Estimate No. rir 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 wills be executed and submitted prior to or with the last pay request. Company Name By: aii Title: rrp 1111 1116 11. a a City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project July 2009 ram Standard Plans Special Provisions ur tr �r �r a rr City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project July 2009 1 STANDARD PLANS 2 April 13, 2009 .► 3 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 4 01 transmitted under Publications Transmittal No. PT 09-013, effective April 6, 2009 is made 5 a part of this contract. 6 7 The Standard Plans are revised as follows: 8 9 All Standard Plans ON 10 All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to 11 read "Hot Mix Asphalt". 12 "' 13 All references in the Standard Plans to the abbreviation "ACP" shall be revised to read 14 "HMA". 15 16 B-10.20 and B10.40 17 Substitute "step" in lieu of"handhold" on plan 18 19 C-lb 20 In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the 21 Wood Breakaway Post to the Foundation Tube is revised to 10" long. 22 23 C-2r 24 DELETED 25 e" 26 C-2s 27 DELETED 28 as 29 C-2t 30 DELETED 31 «+� 32 C-3, C-3B, C-3C 33 Note 1 is revised as follows: replace reference F-2b with F-10.42 34 ,. 35 C-4a 36 DELETED 37 38 CC=5 39 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit". 40 41 C-10 (sheet 2 of 2) N. 42 COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" 43 44 C-11 c "' 45 DELETED 46 47 F-40.12 through F-40.18 48 The following note is added to these five plans: 49 50 Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%. 51 1 G-9a 2 DELETED 3 4 J-6f 5 DELETED 6 7 J-6cj 8 DELETED 9 10 J-6h 11 DELETED 12 13 J-11a 14 DELETED 15 16 J-11 c ++� 17 DELETED 18 19 J-15a ,. 20 DELETED 21 22 J-15b 23 DELETED 24 25 K-80.30-00 26 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. "• 27 Plan K-80.35 28 29 L-20.10-00, Sheet 1 30 Delete all references to tension cable and substitute tension wire. 31 Add knuckled selvage is required on the top edge of the fence fabric. 32 +•+� 33 L-20.10-00, Sheet 2 34 Delete all references to tension cable and substitute tension wire. 35 All rope thimbles, wire rope clips and seizing are not required. 36 37 L-30.10-00, Sheet 1 38 Delete all references to tension cable and substitute tension wire. 39 40 L-30.10-00, Sheet 2 41 Delete all references to tension cable and substitute tension wire. 42 All rope thimbles, wire rope clips and seizing are not required. 4•• 43 44 M-1.60 45 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' 46 MIN. is changed to 300' MIN. 47 48 The following are the Standard Plan numbers applicable at the time this project was 49 advertised. The date shown with each plan number is the publication approval date shown 50 in the lower right-hand corner of that plan. Standard Plans showing different dates shall not 51 be used in this contract. or 52 rr 010 ,, A-10.10-00 8/07/07 A-30.30-00 11/08/07 A-50.20-00 11/17/08 A-10.20-00 10/05/07 A-30.35-00 10/12/07 A-50.30-00.....11/17/08 A-10.30-00 10/05/07 A-40.10-00 10/05/07 A-50.40-00.....11/17/08 A-20.10-00 8/31/07 A-40.20-00 9/20/07 A-60.10-00 10/05/07 A-30.10-00 11/08/07 A-40.50-00 11/08/07 A-60.20-00 10/05/07 A-30.15-00 11/08/07 A-50.10-00.....11/17/08 A-60.30-00 11/08/07 A-60.40-00 8/31/07 aro 1 B-5.20-00 6/01/06 B-30.50-00 6/01/06 B-75.20-01 6/10/08 B-5.40-00 6/01/06 B-30.70-01 8/31/07 B-75.50-01 6/10/08 w B-5.60-00 6/01/06 B-30.80-00 6/08/06 B-75.60-00 6/08/06 B-10.20-00 6/01/06 B-30.90-01 9/20/07 B-80.20-00 6/08/06 B-10.40-00 6/01/06 B-35.20-00 6/08/06 B-80.40-00 6/01/06 ... B-10.60-00 6/08/06 B-35.40-00 6/08/06 B-82.20-00 6/01/06 B-15.20-00 6/01/06 B-40.20-00 6/01/06 B-85.10-01 6/10/08 B-15.40-00 6/01/06 B-40.40-00 6/01/06 B-85.20-00 6/01/06 B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00 6/01/06 B-20.20-01 11/21/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06 B-20.40-02 6/10/08 B-50.20-00 6/01/06 B-85.50-01 6/10/08 B-20.60-02 6/10/08 B-55.20-00 6/01/06 B-90.10-00 6/08/06 B-25.20-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06 B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06 B-30.10-00 6/08/06 B-65.20-00 6/01/06 B-90.40-00 6/08/06 B-30.20-01 11/21/06 B-65.40-00 6/01/06 B-90.50-00 6/08/06 B-30.30-00 6/01/06 B-70.20-00 6/01/06 B-95.20-01 2/03/09 B-30.40-00 6/01/06 B-70.60-00 6/01/06 B-95.40-00 6/08/06 2 C-1 2/10/09 C-4e 2/20/03 C-14i 2/10/09 C-1 a 2/10/09 C-4f 6/30/04 C-14j 12/02/03 .w C-lb 10/31/03 C-5 10/31/03 C-14k 2/10/09 C-1 c 5/30/97 C-6 5/30/97 C-15a 7/3/08 C-1d 10/31/03 C-6a 3/14/97 C-15b 7/3/08 C-2 1/06/00 C-6c 1/06/00 C-16a 11/08/05 C-2a 6/21/06 C-6d 5/30/97 C-16b 11/08/05 C-2b 6/21/06 C-6f 7/25/97 C-20.14-00 2/06/07 C-2c 6/21/06 C-7 10/31/03 C-20.40-00 2/06/07 e" C-2d 6/21/06 C-7a 10/31/03 C-20.42-00 2/03/09 C-2e 6/21/06 0-8 2/10/09 0-22.14-00 2/03/09 C-2f 3/14/97 C-8a 7/25/97 0-22.16-00 2/03/09 C-2g 7/27/01 C-8b 2/10/09 C-22.40-01 10/05/07 C-2h 3/28/97 C-8e 2/21/07 0-23.60-00 2/06/07 C-2i 3/28/97 C-8f 6/30/04 C-25.18-01 9/20/07 ale C-2j 6/12/98 0-10 7/31/98 0-25.20-03 2/03/09 0-2k 7/27/01 0-13 7/3/08 0-25.22-02 2/03/09 C-2n 7/27/01 C-13a 7/3/08 0-25.26-00 2/03/09 C-2o 7/13/01 C-13b 7/3/08 C-25.80-01 7/3/08 C-2p 10/31/03 C-13c 7/3/08 0-28.40-00 2/06/07 0-3 10/04/05 C-14a 7/3/08 0-40.14-00 2/03/09 „r, C-3a 10/04/05 C-14b 7/26/02 0-40.16-00 2/03/09 C-3b 10/04/05 C-14c 7/3/08 0-40.18.00 2/03/09 C-3c 6/21/06 C-14d 7/3/08 0-90.10-00 7/3/08 C-4 2/21/07 C-14e 7/3/08 C-4b 6/08/06 C-14h 2/10/09 1 D-2.02-00 11/10/05 D-2.44-00 11/10/05 D-3b 6/30/04 D-2.04-00 11/10/05 D-2.46-00 11/10/05 D-3c 6/30/04 D-2.06-01 1/06/09 D-2.48-00 11/10/05 D-4 12/11/98 D-2.08-00 11/10/05 D-2.60-00 11/10/05 D-6 6/19/98 D-2.10-00 11/10/05 0-2.62-00 11/10/05 D-10.10-01 12/02/08 D-2.12-00 11/10/05 D-2.64-01 1/06/09 D-10.15-01 12/02/08 D-2.14-00 11/10/05 D-2.66-00 11/10/05 D-10.20-00 7/8/08 D-2.16-00 11/10/05 D-2.68-00 11/10/05 D-10.25-00 7/8/08 D-2.18-00 11/10/05 D-2.78-00 11/10/05 D-10.30-00 7/8/08 D-2.20-00 11/10/05 D-2.80-00 11/10/05 D-10.35-00 7/8/08 D-2.30-00 11/10/05 D-2.82-00 11/10/05 D-10.40-01 12/02/08 D-2.32-00 11/10/05 0-2.84-00 11/10/05 D-10.45-01 12/02/08 D-2.34-01 1/06/09 D-2.86-00 11/10/05 D-15.10-01 12/02/08 D-2.36-02 1/06/09 D-2.88-00 11/10/05 0-15.20-01 1/06/09 ++o D-2.38-00 11/10/05 D-2.92-00 11/10/05 D-15.30-01 12/02/08 D-2.40-00 11/10/05 0-3 7/13/05 D-2.42-00 11/10/05 D3a 12/02/08 imp 2 E-1 2/21/07 E-4 8/27/03 E-2 5/29/98 E-4a 8/27/03 3 F-10.12-00 12/20/06 F-30.10-00 1/23/07 F-40.18-00 2/07/07 F-10.16-00 12/20/06 F-40.10-01 10/05/07 F-40.20-00 10/05/07 F-10.40-01 7/3/08 F-40.12-00 2/07/07 F-42.10-00 10/05/07 Na' F-10.42-00 1/23/07 F-40.14-00 2/07/07 F-80.10-00 1/23/07 F-10.62-01 9/05/07 F-40.15-00 2/07/07 F-10.64-02 7/3/08 F-40.16-00 2/07/07 4 G-10.10-00 9/20/07 G-24.60-00 11/08/07 G-70.20-00 10/5/07 G-20.10-00 9/20/07 G-25.10-01 1/06/09 G-70.30-00 10/5/07 G-22.10-01 7/3/08 G-30.10-00 11/08/07 G-90.10-00.....1/06/09 G-24.10-00 11/08/07 G-50.10-00 11/08/07 G-90.20-00.....1/06/09 G-24.20-00 11/08/07 G-60.10-00 8/31/07 G-90.30-00.....1/06/09 G-24.30-00 11/08/07 G-60.20-00 8/31/07 G-90.40-00......1/06/09 G-24.40-01 12/02/08 G-60.30-00 8/31/07 G-95.10-00 11/08/07 G-24.50-00 11/08/07 G-70.10-00 10/5/07 G-95.20-01 7/10/08 G-95.30-01 7/10/08 iso5 H-10.10-00 7/3/08 H-32.10-00 9/20/07 H-70.10-00 9/05/07 H-10.15-00 7/3/08 H-60.10-01 7/3/08 H-70.20-00 9/05/07 H-30.10-00 10/12/07 H-60.20-01 7/3/08 H-70.30-01 11/17/08 6 1-10.10-00 8/31/07 1-30.50-00 11/14/07 1-50.20-00 8/31/07 1-30.10-00 9/20/07 1-40.10-00 9/20/07 1-60.10-00 8/31/07 1-30.20-00 9/20/07 1-40.20-00 9/20/07 1-60.20-00 8/31/07 1-30.30-00 9/20/07 1-50.10-00 9/20/07 1-80.10-00 8/31/07 or 1-30.40-00 10/12/07 7 J-1 f 6/23/00 J-9a 4/24/98 J-28.30-00 8/07/07 w. J-3 8/01/97 J-10 7/18/97 J-28.40-00 8/07/07 11110 J-3b 3/04/05 J-11 b 9/02/05 J-28.42-00 8/07/07 J-3c 6/24/02 J-12 2/10/09 J-28.45-00 8/07/07 J-3d 11/05/03 J-16a 3/04/05 J-28.50-00 8/07/07 J-5 8/01/97 J-16b 2/10/09 J-28.60-00 8/07/07 J-6c 4/24/98 J-16c 2/10/09 J-28.70-00 11/08/07 J-7a 9/12/01 J-18 2/10/09 J-40.10-00.......1/06/09 J-7c 6/19/98 J-19 2/10/09 J-40.30-00 1/06/09 40 J-7d 4/24/98 J-20 9/02/05 J-75.10-00......2/10/09 J-8a 5/20/04 J-28.10-00 8/07/07 J-75.20-00 2/10/09 J-8b 5/20/04 J-28.22-00 8/07/07 J-75.30-00.......2/10/09 '"' J-8c 5/20/04 J-28.24-00 8/07/07 J-90.10-00.......2/10/09 J-8d 5/20/04 J-28.26-01 12/02/08 J-90.20-00 2/10/09 1 K-10.20-01 10/12/07 K-26.40-01 10/12/07 K-40.60-00 2/15/07 K-10.40-00 2/15/07 K-30.20-00 2/15/07 K-40.80-00 2/15/07 K-20.20-01 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15/07 .. K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-02 7/3/08 K-20.60-00 2/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07 K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07 K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06 K-24.60-00 2/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-24.80-01 10/12/07 K-40.20-00 2/15/07 K-80.35-00 2/21/07 up K-26.20-00 2/15/07 K-40.40-00 2/15/07 K-80.37-00 2/21/07 2 L-10.10-00 2/21/07 L-40.10-00 2/21/07 L-70.10-01 5/21/08 L-20.10-00 2/07/07 L-40.15-00 2/21/07 L-70.20-01 5/21/08 L-30.10-00 2/07/07 L-40.20-00 2/21/07 3 +++� M-1.20-01 1/30/07 M-7.50-01 1/30/07 M-24.60-02 2/06/07 M-1.40-01 1/30/07 M-9.50-01 1/30/07 M-40.10-00 9/20/07 M-1.60-01 1/30/07 M-9.60-00.......2/10/09 M-40.20-00...10/12/07 .. M-1.80-02 8/31/07 M-11.10-01 1/30/07 M-40.30-00 9/20/07 M-2.20-01 1/30/07 M-15.10-01 2/06/07 M-40.40-00 9/20/07 M-2.40-01 1/30/07 M-17.10-02 7/3/08 M-40.50-00 9/20/07 M-2.60-01 1/30/07 M-20.10-01 1/30/07 M-40.60-00 9/20/07 M-3.10-02 2/10/09 M-20.20-01 1/30/07 M-60.10-00 9/05/07 M-3.20-01 1/30/07 M-20.30-01 1/30/07 M-60.20-01 2/03/09 M-3.30-02 2/10/09 M-20.40-01 1/30/07 M-65.10-01 5/21/08 M-3.40-02 2/10/09 M-20.50-01 1/30/07 M-80.10-00 6/10/08 M-3.50-01 1/30/07 M-24.20-01 5/31/06 M-80.20-00 6/10/08 M-5.10-01 1/30/07 M-24.40-01 5/31/06 M-80.30-00 6/10/08 4 5 r. vit mossaiN impe CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS mawargardromwoomemrorsioaresearowswaurosvormeworred r N els 8'-0" l' '' t >I 2< lilt 2C•1 r A ( / , I ; 4„ N °N .'-..S 900 ASD HOQUIAv AV \,E . .. '4„ et I + 4 ,2, P_ TRAFFIC SIG\AL PROJECT 4' i i 4„ FUNDLD i`BY: CITY OF'RENTON.`(TRANSPOPTATION SYSTEMS) 3" ea o PROJECT CONTACT: (.(425) 430-7319) 3" 2" CONTRACT AMOUNT:-'$XXX,XXX.. , I 3" .., CONTRACTOR,..- XYXXXXX 2„ CONTRA.GTOR. CONTACT: ((XXX)XXX--XXXX), 3" SCHEDULE: YYY 2008 TO ZZZ 2008 3" me 2„ 4'-0"x8'-0"x1/2" EXTERIOR PLYWOOD 12" a (SMOOTH BOTH SIDES, ABX) • 2"x4" DIAGONAL BRACE DOUGLAS FIR STD. OR d BETTER z o o te- = ro" 4"x4"x14'-0" ^ > m VERTICAL POST al ,-/ TREATED (TYP.) a er • 0 I Am ea NOTES: 1. PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS .r OF EXTERIOR ENAMEL. THE POSTS, BRACES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR ENAMEL. THE BACKGROUND COLOR IS WHITE. 2. LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA ego MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK. 3. LETTER SIZE. 4" LEI IERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE; +r 2" LETTERS ARE 1/4" WIDE. APPROVED BY: i *Or ( PROJECT SIGN DETAIL DATE: 04/10/06 4' SHEET: 1.0 j .w 40 C we 1u t: 0 vl Z 2-J pu84 1 0 = 0 Se 00 E ! ii 0 s _f cp�Ow0 `-• W N —;i,.. i,,•y .3 „ 4 zo O C if t— ~ N LA i b ,n m W �W(4 a_ o 2 6 9ge r��p ��`5 _mo �o� w o 1 ��w la°� �s H io m V HUA Wcg 10 14 W W Z wW Vlizzp WO =w U. or m ( o (a w Od U. 0 M W=OYQ6 w <Ui 0 cc o O O m2ZOWU ' a >2 W 40 �la 2pw�Np 4. }N F l to' iV h tV in Pn z iii a <am z 5 tN EL, h w� w -Ja ° dao 03 ~w o m O Pv >N as 1 1-mw D.cg qa�rv-� W J K U a.y'' W l�7r� ill. :fir. 8;5 mNo Y�"S <p 3 9W g9 . Q W O F $ lI ! 9wm 6JJ wm Rm Low o w `< Uz U JU WU gw Y[t�4 OW ',OW xd6W0 Wj OCZ Lm z W. W oV ru aN ai JO -r4 y� Duer w w< wH Ti w d 1+-z 2 m ori u. 00 2 .- N epi < h m 144 MO MO tow I KO 6 0 ow I .w Eo Lio 4 / / I I o .s Niw.�z Lu ga UAriL ._. toe,11„ . .,.. ASO „,,,, Akv, W� • G U W OM z WOO me 11414 0 114 < 11116 re V W - flt I 111:P. D: 0 \ . ,....... rci u. c,* 7 o 11 o iii 0 R' • N cm m i • z2 o 'F o m oo t U �y = Odd aU M Q K g Q 44 40 41 1+111 WO NO 23 3/4" 2" M► 2 3/8" f 2 3/8" r_ 5/8" r 1/4" O O Q 0 dGC�C>�<��O FOR SLOT DETAIL SEE STD G Q MM DETAIL DWG D-7 �,.�� y�j��� '''= >- -<:i- >- '4 Com_ ___. L. J WM > I�1 - 17 3/4" y,--,r -0111111b- LEVELING PAD (8) I ` I _ 1� 1/8"X 3/4"X 2 1/4" -410`-41.11"- L _ J L c_.. I I I FOUVORY'NtME I 1----I 1/8" mit i 1/4 --11-- I 2 1/2" 1•111111111111111111111111111 MI % , 1/2" I mo S/8" A 1/16" j H I [.+-- 4 3/4"y S Mr NOTES: IN 1. USE WITH FRAME DRILLED AND TAPPED FOR LOCKING BOLTS. 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS STEEL TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. 3. COVER MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. 1M I 4. SHALL CONFROM TO SEC. 7.05 OF THE STANDARD SPECIFICATIONS. 5. COVER SHALL HAVE THE WORD "DRAIN" IN 2-INCH RAISED LETTERS. U. we SURFACE WATER UTILITY SOLID LOCKING COVER �� '\Y o� ADOPTED CITY OF RENTON + u MID -A,- , STANDARD PLANS N j O LST DATE:04/04- 12/96 4/0412/96 REFORMAT TO 11"x17" DCV DT DATE REVISION BY APPR'D DWG. NAME: B020 SP PAGE: B020 VW • —1 1/4" FOUNDARY NAME 7 1/4" FOR MACHINING 3/4" 11" I 1/2" LETTERS RECESSED CLEARANCE r1 1/4" TO BE FLUSH BAR 1" THICK 1 r 1 3/4" I!■I TYP. 4 PLACES 1 �IITG■ZTnru:>!� C VW 10 D r I O° U \ BARS 1 5/8" THICK + tTHIS AREA0 ~ rfor / BARS 1 3/8" THICK N r,) ■ THIS AREA Oft n ' ' ■ ■ a a ,- n M,t C 9 41/ U.M S1Ntll nllOd ONa dW MWOV3i115 Ol lltll1r10 - .■ _ TOP VIEW L 2 BOTTOM VIEW — L 2 1/2" 2" lei LEVELING PADS 0'" 8 - 3/4"X 1 3/4"X 1/8" END VIEW ot" WM ri 1/4" / I_ 23 3/4" 1 7/16" tl>Im I i T L 3/4„ '1/16J] I R-7 1/4" D. 1/2" 1 3/8" I 1 3/4"-.-1 --5/8" 7llrlti - 231/2" SLOT DETAIL • SIDE VIEW 1W 7/8" TYP. SLOT ROUND ELLIPTICAL TWO TANNGREANOTIIBETWEEN OPTIONAL DESIGN FOR GRATE OPENING ENDS MO NOTES: 1. SLOT FORMED AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEAD ,I (ALLEN HEAD) BOLT. 2. GRATE SHALL BE DUCTILE IRON. 3. SHALL CONFORM TO SEC. 9-05.15 OF THE STANDARD or SPECIFICATIONS. 4. USE VANED GRATE IN CURB LINE. 4. 5. USE FRAME SHOWN IN STANDARD DETAIL D-7. 6. GRATE IS OLYMPIC FOUNDRY #SM5OG OR EQUAL. SURFACE WATER UTILITY CATCH BASIN FRAME & GRATE DETAILS or (SHEET 1 OF 2) C>: °ADOPTED CITY OF RENTON ow - STANDARD PLANS �.NTO$ LST DATE:0/04 DATE REVISION BY APPR'D DWG. NAME: B020-1 SP PAGE: B020.1 rIw 25" 2 1/2"-- CEMENT CONCRETE CURB I 1 r 1111=110\/\\/ vrl� I GUTTER WI 31" CATCH BASIN VERTICAL CURB WALL EXTRUDED CURB /—SEE NOTE 1 LEVEL PADS (16) • 3/4"X 2 1/4"X 1/8" GUTTER ill rs PLAN CATCH BASIN WALL EXTRUDED CURB ais 18"x24" 9/16" 1 1/2" (+1/32", —0" TYP) r lawFr — 690 4„ r f } 16"x22" —I 3/4" 17 3/4"x23 3/4" riir (+1/32", —0" TYP) 25"x31" ELEVATION arr NOTES: 1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. it 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. 3. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. 4. FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. SURFACE WATER UTILITY CATCH BASIN FRAME & GRATE DETAILS (SHEET 2 OF 2) \!S { 0 ADOPTED CITY OF RENTON + + STANDARD PLANS 41\iTC> LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: B020-2 SP PAGE: 8020.2 41Irr m N a w o o u ° t 423). �- 0 N it--.. — ,. c `o O y Z Z aLc) © c_ XI a o E tum u w V) 0WX H I- o c E Qo a0 Q WuQ Q W tri 0 -0 .0 a c v P7 O In LC) O) CO d O o U M Utz F- Q tot v 0 E an`o O0 � Nr- N � Mt� Q to a o o N ° o0 uo zo 000000 Q QUtn to ErE i.0 g. 00 ,t C .c O 7- O 0 < N a 0 •_ y E- c N E w W -J 0. a 3 u E c• `- < o tato .o .c -o Y £v t C1- .0 Z In '4" O to �1 4+�i., w v s. H•- o r W1-- •- NNNc� Y� r u co oa do m5 OOOOOG w o t '1) CU N IS O 000p, d O 0 W J ® _ to lU` 4'w 3 o .D y 0 d tT 0T O x 6�Z,? Q O a, O t0 N CO CO CO V _ IN c0 rr, o.$ b e _ 5 lµi�-+!O - p fr p_ M M .t d' v 0�j d O C t0 0 O .O (n X r t; L t t t,, a ..-------.'--; d Eu oItoel I o _ w z w0 oC CC CON N N o w 41 0' .c E r --a rn 0 t m Zpmz .- z o-J . a 0 ~O CC `0.2oro, E ;0 4 O I- �r Y (n?„a N N M M raj M Qc, tib 0 O V V 0 0'X V C N 0 D Q e-•Y N_ i0 N CO O N d- 3 X a Nw a O 2.c 5 0 0 xi d w m J<C 6 0 M -4- -4- co N 0o o Q cn e _ - : : k d .0;-_ U y E Y d1 N O O �y Z d N OM M d' to tO c E;, u.c 0 o O too 00 c`nL.0.= Oc N VS- U) SIM Z � wu Ytv« o ; � o Q wW - c - a e - O to 3 viz N N --I • w (� m- CO CO 00 OD � � . a Q W oM t) •a U) (0 N w N a W 2 Ni_ Et < H NN NW W W �� O Z - w s s : z 3 0 d' to (O OD CO nw. Z N n nco .4 to o a o o X - o o o a,a, mak' ec Wdd Mi Uz . U?FL-• . . nn <N Lu CO d' 0 N ) Co t-N W CO a 0 N 0) CO -n-to N <Qm Q N CO N CO 01 O O)Q et to CO t� 00 0) �v17 < O - - ti-;(0 e Fp edi 6® 01 p 8 me <u• �R E� sg a foitie - '� N w N� w W N N as xvr4 � sar CI 15 9 Frr-(( 0 0 •I E (`,':: ~a. {,, • F.w rr n !( il)I - a�;� .N / 5E5ty.)11 .Z tng /NOY rirthtrrvw.9/:: 01 to o l9 �.7' O 5 z •xVW .9 .•, t {'': La n• 8 I •Nlw .rL i.•:.. Q z ¢m • • r O:F /5 w 0 IV ce ;., / (.! MP C (3ONVN31NIVw KW / MS xvwA -st z ars FIRE HYDRANT SHALL BE COREY-TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, IMP 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY-MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS ail DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. ea -� --18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF SIDEWALK THAT IS ADJACENT TO CURB TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION 4.875" x 5" STORZ WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT 7no,_! EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090). «, 41110MAX 4."--1RAISED PAVEMENT MARKER TYPE 88 MIN 2" err A8 STIMSONITE TWO-WAY BLUE. III tj • Ll� ira %r 42" MIN CONCRETE BLOCKING /w _ BURY j ,i. QDNI ; / .1 I ✓ I ' / II��IIII MN G, 'I I �lO�•G�, /, MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. `clZ/\ // 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 16" x 8" x 4" INUM 2-3/4" COR-TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS. CONCRETE BLOCK UNDER HYDRANT -1/2 YARD WASHED DRAIN ROCK (3"TO 3/8") MIN. 1' ABOVE BOOT FLANGE. PLACE 8 MIL POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. .. FIRE HYDRANT ASSEMBLY se A` -LEVEL ALL GROUND \• NMIN 3' RADIUS LEVEL ALL GROUND Amin �MIN 3' RADIUS 1 11 11111., 4.875" x 5" 06 1m_��`� STORZ ONE MAN ROCK 11111111e.. 1 - jump 6�/s FILL CUT HYDRANT LOCATION IN CUT OR FILL FIRE HYDRANT ASSEMBLY DETAIL GtiTY o ADOPTED CITY OF RENTON STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: B102 SP PAGE: B102 MINI /MARKER ./–MARKER MARKER •OW • :•/MN • — . • : r_______ 11111. TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A WHICH SIDE OF STREET MAIN TRAVELED STREET, THE HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED am DOTS OR PAINTED LINE) ON THAT MAIN STREET Orr vas MARKERMARKER r • : MI FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET sa MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR ON (4" FROM DOTS OR PAINTED LANE DIVIDER) PAINTED LANE DIVIDER) Ili HYDRANT MARKERS me .......... Orr ... .�t......!.!.�.!. 7" 111111 ! :_==_ice 1 .-*-- 4" or RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO—WAY (BLUE) too HYDRANT MARKERS G\:SY 0� ADOPTED CITY OF RENTON + .. + art ep- ,. STANDARD PLANS LAV TO LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: B103 SP PAGE: B103 me 7 IMP13"x24" PLASTIC METER BOX EQUAL TO MID-STATES PLASTIC, INC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE CITY PRIVATE IRON DIAMOND PLATE COVER EQUAL TO MID-STATES PLASTICS, INC. MSCBC-1324-R WITH READER LID AND 1-5/8" DRILLED PIPING PIPING 7 HOLE FOR TOUCHREAD PIT LID (SEE DETAIL A-A) J I /-IN UNIMPROVED RIGHT OF J WAY INSTALL METER BOX AT 1' PROPERTY LINE WITH 12" I- I-- cc LONG COPPER TAILPIECE. w• 79" MIN^ a I SIDEWALKa-I 12" MAX FINISH GRADE .., x } ,,,,,;,i r t• re:•� g w 11+„�iIA:- . TOUCHREAD WATER > METER TO BE 36” MIN COVER '-Mo SUPPLIED BY THE 12 a w \ CITY / TYPE "K" SOFT o 0 •11 ..-A-8.gym / COPPER TUBINGde N 22-1/2 411 NEW DUCTILE IRON OW WATERMAIN IF SERVICE LINE TO HOUSE IS 3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIDT PLUG x COMPRESSION COUPLING de LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER SERVICE COPPERSETTER FOR 5/8"x3/4" METER: FORD LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCQ433, OR allMUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP. FORD TAPERED THREAD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR (CC). QUICK JOINT McDONALD BRASS: 21-415WCQQ44, OR MUELLER: 1-B-2470-2 (3/4" F1000-3-G) OR AY MCDONALD 47010 BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER. (1" F1000-4-G) OR AY MCDONALD 47010 PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK +r VALVE ON OUTLET. ALL PACK-JOINT FITTINGS SHALL BE WITH QUICK JOINT. NOTE: re ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. ail A- DRILL 1-5/8" DIA. HOLE FOR AMR illi! (AUTOMATIC METER READ) TOUCHREAD DEVICE 1 L _ — 2-1/2" MIN. FROM NEAREST AND FRONT EDGE OF PIT LID eft -11111, I TYPICAL RIB -_ J 40 1 i NO NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN all ONE RIB. 3/4" & 1" WATER SERVICE G �.`` Y 0ADOPTED ,� CITY OF RENTON AIS i "� ($/ STANDARD PLANS AIS ��j`r T/ LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: B106 SP PAGE: B106 INK CITY PRIVATE iMb PIPING PIPING 1-1/2" AND 2" WATER SERVICE DETAIL Cu' 1 z z J J rIN UNIMPROVED >- ii ® w RIGHT-OF-WAY INSTALL METER w CAUTION: VALVE BOX SHOULD NOT REST ON o BOX AT PROPERTY LINE WITH o_ PIPE. LATER COMPACTION IN AREA OF VALVE BOX 0 12" LONG COPPER TAILPIECE 0 COULD CAUSE THE BREAKAGE OF THE SERVICE. o: w a. o_ al iii154%iii-• r� � _9" MIN. e, ,.e .Y ttiki .e.• hlni'• - 12" MAX. z ll x • . If 1' I , z>` �Il�r �I Q Z --w I:,. O E1 a�u o _�1 0 ' � LEAVE EXPOSED • o �/ voL e ' ISI FO PASS NOT ALLOWED FOR IRRIGATION METERS (I.Mellllil 4II \;I lil � �©� O O 7 © O CRUSHED ROCK BASE TO SUPPORT VAULT. A- A DRILL 1-5/8" DIA. HOLE QUICK-JOINT FOR TOUCHREAD DEVICE COUPLING x MIPT CAST IRON OR DUCTILE IRON WATERMAIN 2-1/2" MIN. FROM NEAREST YMO , „ AND FRONT EDGE OF PIT LID NOTE: TYPICAL RIB THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF 4111/ MORE THAN ONE RIB. MATERIAL LIST FOR 2" SERVICE: METER LOCATED IN PLANTING STRIP MATERIAL LIST FOR 1-1/2" SERVICE: METER LOCATED IN PLANTING STRIP BETWEEN CURB & SIDEWALK BETWEEN CURB & SIDEWALK OM 1. 2" tapped tee, on new water main. 1. 2" topped tee on new water main. 2. 4" long X 2" brass nipple with threaded ends (MIPT). 2. 4" long X 2" brass nipple with threaded ends (MIPT). 3. 2" resilient seat gate valve with threoded ends, square operating nut, 3. 2" resilient seat gate valve with threaded ends, square operating nut, and and valve nut extension if required (dwg BR46/Page B090). valve nut extension if required (dwg BR46/page 8090). 4. Two piece cast iron valve box. Standard 8" top section with regular 4. Two piece cast iron valve box. Standard 8" top section with regular base siltbase section, length to fit, "lug" type cover. 2" brass bushing (MIPT x section, length to fit, "lug" type cover, FIPT). 5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT). 2 each 1-1/2" brass or 5. 2 each 2" brass or bronze nipples 6" length, threaded ends. 2 each bronze nipples 6" length, threoded ends. 2 each 1-1/2"-90' brass or 2"-90' brass or bronze elbows (FIPT x FIPT). bronze elbows (FIPT x FIPT). 6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. 6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal. 7. 2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to 7. 1-1/2" soft copper tubing type K or brass nipples (MIPT x MIPT), length IM fit. to fit. 8. 2" threaded brass 90' ell. 8. 1-1/2" threaded brass 90' ell, for Ford L44-77 or equal. 9. 2" Customsetter with by-pass Ford: VBH 86-12B-11-77 (x 17-3/16" 9. 1-1/2" Customsetter with by-pass Ford: VBH 86-128-11-66 ), McDonald Brass: 30B715WDFF775 or Mueller B-1427-2", with flanged (x 13-3/16"), McDonald Brass: 308612WDFF665 or Mueller 8-1427-1 1/2", angle ball valve and padlock wings on inlet, and angle check valve outlet, with flanged angle ball valve and padlock wings on inlet, and angle check ball valve on bypass with padlock wings. Customsetter shall have vertical valve outlet. ball valve on bypass with padlock wings. Customsetter shall i inlet and outlet. have vertical inlet and outlet. 10. Rigid meter spreader to be supplied and installed in meter setter by 10. Rigid meter spreader to be supplied and installed in meter setter by contractor. contractor. 11. Water meter shall be supplied and installed by City of Renton upon 11. Water meter shall be supplied and installed by City of Renton upon payment of all related water meter fee and satisfactory pressure and payment of all related water meter fee and satisfactory pressure and SII purity tests. purity tests. 17"x30" Plastic meter box equal to Mid-States Plastics, Inc. 12. 17"x30" Plastic meter box equal to Mid-States Plastics, Inc. BCF BCF Series Series MSBCF 1730-18 with 2" thick Ductile iron damond plate cover 12. MSBCF 1730-18 with 2" thick Ductile iron domond plate cover 18"x31" 18"x31" equal to Mid-States Plastics, Inc. MSCBC-1730-R with 1-5/8" equal to Mid-States Plastics, Inc. MSCBC-1730-R with 1-5/8" drilled drilled hole for touchread pit lid, and meter read lid. hole for touchread pit lid. 13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford MIii or equal. The property owner is responsible for any necessary C-14-66 or equal. The property owner is responsible for any necessary adaptation or extension of water service. adaptation or extension of water service. 1-1/2" & 2" DOMESTIC AND IRRIGATION NOTE: WATER SERVICE DETAIL ALL METER BOXES INSTALLED IN CONCRETE OR PAVED LOCATED IN PLANTING STRIP am DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC BETWEEN CURB & SIDEWALK FOUNDARY. tiZY p ADOPTED EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH GA! '/ CITY OF RENTON it* SIDES OF METER BOX. 4. 1.06 + ,P-� STANDARD PLANS ,- �WV- LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: B107-1 SP PAGE: B107.1 MIS CEMENT CONCRETE CURB AND GUTTER 3/8"PREMOLDED JOINT FILLER N ISI fillg11. 5'-0"R. 5'-0"R. 11111.— 5'-0"R. 4'-8 1/4" 5" 5" 4' — 8 1/4" CATCH BASIN FRAME AND GRATE GUTTER PAN (NOT INCLUDED IN BIO ITEM) PLAN VIEW rrr CATCH BASIN GUTTER PAN I WO SLOPE CUTTER PAN DOWN TO FRAME 5 1/9AND GRATE I MATCH 1/2"R. 1" R. ROADWAY 5" SLOPE TOP OF REC S •a • �8 /2ES� I 1/2" R. 7—ROADWAY i u . 'ill ..D § �•a• VARIES a ADJUSTMENT SECTION � a . • a (NOT INCLUDED IN BID ITEM) CATCH BASIN OR INLET • .• (NOT INCLUDED IN BID ITEM) ,D 0 SECTION AO us 6 1/2" 5 1/2" 1" SO 1/2"R. MATCH / ROADWAY SLOPE o• ' 'O 1/2"R. 7— i1t •a • ROADWAY I\ VARIES SECTIONBO CEMENT CONCRETE CURB AND GUTTER PLAN SHEET 1 OF 1 6<C1 p ADOPTED CITY OF RENTON I+ AR STANDARD PLANS N LST DATE: 04/04 DATE REVISION BY APPR'D DWG. NAME: F001 SP PAGE: F001 all — OPTIONAL rlr DRIVEWAY 111111111111;000000> (BY OTHERS) 111''' 'gyp'' ,,,"0111 ','f CEMENT CONCRETE Y111 ,''''' CURB & GUTTER CEMENT CONCRETE (SEE NOTE 3) rrr PEDESTRIAN CURB (TYP.) 11ilh�IIIIIIIIIIIIII, RAMP WITH 12H:1V ,ol / SLOPE (TYP.) CEMENT CONCRETE ' DEPRESSED SIDEWALK CURB & GUTTER tri (SEE NOTE 3) j11''"'11'iti 1,""1 ����,,,m'41114111111j0j0'�� TYPE 1 ISOMETRIC VIEW NisSEE SHEET 3 Air . DRIVEWAY I%%tII*I%I*lIlI$(BY OTHERS) CEM. CONC. 40° „,,,, / CURB & GUTTER (SEE NOTE 3) DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER am '"1'''I„'' (SEE NOTE 3) m'' '"`j1 TYPE 2 ISOMETRIC VIEW rr 10000000 "����� SEE SHEET 4 rr NOTES: 1. When the driveway width exceeds 15 feet, construct a full depth expansion joint (see Standard Plan F-3) with 3/8" joint filler along the driveway centerline. 2. Construct expansion joints parallel with the centerline as required at 15' maximum spacing when driveway widths exceed 30'. See Std. Plan F-3 for sidewalk details. arr 3. Curb and gutter shown, see the Contract. Plans for the curb design specified. See Std. Plan F-1 for curb details. rr 4. Avoid placing drainage structures, junction boxes or other CEMENT CONCRETE DRIVEWAY ENTRANCE obstructions in front of driveway entrances. TYPES 1, 2, 3, & 4 5. When driveway approaches are constructed in a commercial zone, the concrete driveway entrance shall be thickened from 6 inches rri to 10 inches. This includes concrete approach Types 1-4, Sheet 1 OF 6 sidewalks constructed behind the driveway apron, and the curb and gutter associated with each driveway approach. ��Y O ADOPTED C'1 "�' CITY OF' RENTON + + mil ”—`� STANDARD PLANS • N r O LST DATE:04/04 9/3/2006 Addition of Note 5, Note on detail DCV JF DATE REVISION BY APPR'D DWG. NAME: F004 SP PAGE: F004 sir APIop 1111011 DRIVEWAY 1 ��,,,,o (BY OTHERS) ''���,,p��' CEMENT CONCRETE iolif CURB & GUTTER (SEE NOTE 3) lie DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) irev., CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER �,,,n'""'� (SEE NOTE 3) 001n010 TYPE 3 — ISOMETRIC VIEW SEE SHEET 5 Ess r■ rr DRIVEWAY ENTRANCE SIDE SLOPE (TYP.) DRIVEWAY ,,01����'"''f''' (BY OTHERS) .001��1,, err CEMENT CONCRETE / DEPRESSED CURB & GUTTERCURB & GUTTER ■r (SEE NOTE 3) ���,,,n„" (SEE NOTE 3) 101311"111% "'',1 TYPE 4 — ISOMETRIC VIEW SEE SHEET 6 CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 r„r Sheet 2 of 6 ti'S Y 0 ADOPTED CITY OF RENTON STANDARD PLANS irl� .4 N•L O) LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F004--1 SP PAGE: F004.1 re to BID ITEM 6'-0" f VARIES " 14' MIN. (SEE CONTRACT) 6'-0" 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) ` 4O` 'i. DRIVEWAY ENTRANCE SEE NOTE 1 CEMENT CONCRETE SIDE SLOPE (TYP.) ©> CURB & GUTTER (SEE NOTE 3) PLAN VIEW CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 4 NOT TO SCALE + VARIES - 6'-0" to 0 VARIES ' 14' MIN. VARIES - 6'-0" to 0 , (SEE CONTRACT) DRIVEWAY ENTRANCE VARIES - 6" to 0 SIDE SLOPE (TYP.) r�1 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) SECTION O Nis SID 6'-0" DEPRESSED 1/2" R (TYP.) (0 CURB & GUTTER o (SEE NOTE 3) ' . DRIVEWAY .p (BY OTHERS) arrr SECTION Ci) CEMENT CONCRETE DRIVEWAY ENTRANCE TYPES 1, 2, 3, & 4 Sheet 6 OF 6 GtiC Y p� ADOPTED CITY OF RENTON 6001 STANDARD PLANS -4'jet T O LST DATE:04/04 rw► DATE REVISION BY APPR'D DWG. NAME: F004-5 SP PAGE: F004.5 Er IIIIII I 5 . v BROOMED FINISH 0" \ 4" WIDE, SMOOTH ' Ws \\ ' TROWELED PERIMETER 0 S 0 5 \� \\ \ CEMENT CONCRETE CURB (CURB AND GUTTER SHOWN) NOT INCLUDED IN BID ITEM re am v \� CONTRACTION JOINT IN SIDEWALK ONLY Nig /e EXPANSION JOINT IN BOTH CURB AND SIDEWALK s-oF*_q`� illi JOINT AND FINISH DETAIL »1 SLOPE ROUNDING - VARIES (SEE CONTRACT) WHEN SPECIFIED SIDEWALK MAY BE ADJACENT rrr IN CONTRACT TO A WALL (SEE DETAIL) SIDEWALK VARIES - 6' - 0" MIN. (SEE CONTRACT) 40 1/2" R. (TYP.) CURB NOT INCLUDED \L 2% i 2% IN BID ITEM I .,-ie*// / /�`/�``i 1/4" PREMOLDED JOINT FILLER am CEMENT CONCRETE SIDEWALK ADJACENT TO CURB 11O CEMENT CONCRETE SIDEWALK as SHEET 1 OF 3 < '{ 0 ADOPTED CITY OF RENTON WO STANDARD PLANS �L'1V T OV LST DATE:04/04 DATE REVISION BY ,APPR'D DWG. NAME: F005 SP PAGE: F005 6" 1/2" to 1/2" R. LEVEL 1" R. D I " 2% co rrf ZZ NOTE: EXTEND SIDEWALK TRANSVERSE SEE © 6 1/2" JOINTS TO INCLUDE RAISED EDGE CONTRACTION FACE OF CURB JOINT 5 1/2" 1" RAISED EDGE DETAIL 1" R. 2% air D D • ' ' . D ' TOP OF D `O ROADWAY • p • D D . 12.. WALL OR BARRIER • p .°I trr 8" 6 1/2" I 1" SIDEWALK r 1/2" R. NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION JOINTS TO INCLUDE CURB (FULL DEPTH) NMI D ° CURB FACE DETAIL • p 1/4" PREMOLDED JOINT FILLER ®rr SIDEWALK ADJACENT TO WALL DETAIL rre 3/8" z 1/8" TO 1/4" rrr 8•, rtr D • • ° p 0• p p; P PREMOLDED WO JOINT FILLER © EXPANSION JOINT ® CONTRACTION JOINT r�r CEMENT CONCRETE SIDEWALK tie SHEET 3 of 3 `\`-'{ 0 ADOPTED CITY OF RENTON Ilr + tie + STANDARD PLANS LST DATE;04/04 DATE REVISION BY APPR'D DWG. NAME: F005-2 SP PAGE: F005.2 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS alr 1/2"X4" EXPANSION MATERIAL CEM. CONC. CURB AND GUTTER 1/4"R AT JOINTS +rr L A SCORE LINES TO BE RADIAL A TO CURB AND GUTTER V W 1/2"X4" EXPANSION MATERIAL 1/4"R AT JOINTS SCORE LINES de B \ B L.._.._.._ "W"-WIDTH OF SIDEWALK so *up 1/2"X5" EXPANSION 1/4"/FT. SLOPE MATERIAL CURB RETURN ONLY 1/2"R 1/4"/FT. SLOPE 1/2"R 4„ 1/2"R / PAVEMENT AS PER PLANS _" T` `_- 4" 1 PAVEMENT AS PER PLANS STANDARD CEM. CONC. PARKWAY STANDARD CEM. CONC. 111110CURB AND CUTTER GUTTER AND SECTION A-A SECTION B-B SEE SHEET 2.5.1 FOR ROADWAY DEVELOPMENT STANDARDS GENERAL NOTES: JOINTS: DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C. THEY SHALL NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE EXTENDED 2" BELOW THE CUTTER LINE. 1/2" THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL EXTEND 1" BELOW CONCRETE. WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND CUTTER, THE JOINT SHALL BE A COLD JOINT. 1/2"X 5" EXPANSION MATERIAL SHALL BE PLACED FROM P.C.'S TO P.T.'S AT ALL CURB RETURNS. MIS 1/2'X4" EXPANSION MATERIAL SHALL BE PLACED AT EVERY FOURTH SIDEWALK PANEL. THE CONCRETE MIX FOR SIDEWALKS SHALL CONFORM TO THE REQUIREMENTS OF CLASS B (3/4") WITH AIR ENTRAINMENT. THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 2 1/2" TOOLED FINISH. Wr SUBGRADE COMPACTION SHALL BE 909.(MODIFIED PROCTOR). TYPICAL SIDEWALK V‘ 0� ADOPTED CITY OF RENTON iipr j— �,� STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: F007 SP PAGE: F007 VW INO OW EXISTING ASPHALT 2.0' MIN. NEW CURB PAVEMENT ~— & GUTTER (SEE NOTE 2) SAWCUT ■r • • • or • • • • . a NON 'w4P1w4W war—op .&.*&L•-•=•j.S. 0.•••.•18;•13,,,11111.;1111•01110,011100110P,. ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) or (SEE NOTE 1), OVER 6" CRUSHED ROCK NO RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Class B) `w (SEE NOTE 1), OVER 6" CRUSHED ROCK WO VW NOTES: rr 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT NNO TY +n�j ; PUBLIC WORKS CURB AND GUTTER STD. PLAN - 103 ow DEPARTMENT REPLACEMENT DETAIL •tN.cO APRIL 2008 WO SO I ISO STANDARD APPROACH �1 OPTIONAL APPROACH tar 1 B'MIN A I . 5'—1--THIN B 12 I I t I 1 c\t 3'MIN I PLANTING / STRIP / 6'I IN f 6'MIN 3/8"EXPANSION JOINT MP 3/8"EXPANSION JOINT I `1/ 7 I HALF PLAN A ---I HALF PIAN B J ow NOTE USE OPTIONAL APPROACH ONLY WHEN A SIDEWALK IS USED AT THE BACK OF THE APPROACH AND THE SIDEWALK IS SET BACK TO A MINIMUM OF 6'FROM CURB. OM 1 2-6"MIN I 1-1._3.1.01 MIN MIN 1�'�— I- 1/2'MAX I I r 1/2"MAX f l -- I� (BEVEL WHERE POSSIBLE) ��---1 I4(BEVEL WERE POSSIBLE) HALF El EVATION HALE_ELEVATION 1 11111. all M161 6"THICK SIDEWALK IN APPROACH AREA `�•11 // 01. OPTIONAL N , SIDEWALK CEMENT CONCRETE CURB AND GUTTER \`/ �_ SECTION SHOWN(SEE STANDARD / 6'MIN PLANTING_ PLANS FOR OTHER CURB DESIGNS) $TRIP r3/8"EXPANSION JOINT ma R 15MIN APPROACH PLAN T6"MIN 18'- 16. /-118' THICKENED EDGE OF APPROACH TO FULL DEPTH OF CURB WO 44444.401,416., 44.14444444%.4 CEMENT CONCRETE CURB AND GUTTER \`// NI SECTION SHOWN(SEE STANDARD NOTES: PLANS FOR OTHER CURB DESIGNS) 3/8"EXPANSION JOINT 1. A MINIMUM 3' WIDE ACCESSIBLE ROUTE SHALL BE MAINTAINED IN ALL '^" _L PEDESTRIAN ACCESSIBLE AREAS, rte-' �-c-- B" III 2. CONTRACTION JOINTS SHALL BE PLACED ALONG SIDEWALKS AT 15' 181- MIN MAXIMUM SPACING. ALL JOINTS SHALL BE CLEANED AND EDGED. THICKENED EDGE OF APPROACH TO FULL DEPTH OF CURB 3. INLETS SHALL BE LOCATED SO THAT RUNOFF DOES NOT FLOW PAST CURB RAMPS. SECTION R-15 SO 4. CURB RAMPS SHALL BE POURED AS A SEPARATE UNIT FROM THE SIDEWALK, ISOLATED BY EXPANSION JOINT MATERIAL ON ALL SIDES EXCEPT AT END OF RAMP NEXT TO ROADWAY. 5. CHANGES IN LEVEL UP TO 1/4" MAY BE VERTICAL AND WITHOUT EDGE TREATMENT. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL Ma BE BEVELED WITH A SLOPE NO GREATER THAN 1:2. 6. RAMP TEXTURING IS TO BE DONE NTH AN EXPANDED METAL GRATE PLACED AND REMOVED FROM WET CONCRETE TO LEAVE A DIAMOND PATTERN. THE LONG AXIS OF THE DIAMOND PATTERN SHALL BE PERPENDICULAR TO THE CURB. GROOVES SHALL BE 1/8" DEEP AND ail 1/4" WIDE. CEMENT CONCETE SIDEWALK 7. CEMENT CONCRETE APPROACHES SHALL BE CONSTRUCTED OF AND APPROACH DETAILS AIR-ENTRAINED CONCRETE CLASS 3000 AND MAY BE POURED INTEGRAL WITH CURB. ti`' Y 0 ADOPTED GA� fj41 CITY OF RENTON ''-``���� $ STANDARD PLANS 4/v T O LST DATE:04/04 8/97 CHANGE DWG NAME FROM FR-03 TO FR-03_2 DCV DT 4/97 REPLACE SP PAGE: F005.2 OF 8/10/95 DCV DT NIP DATE REVISION BY APPR'D DWG. NAME: F009 SP PAGE: F009 am DETECTABLE WARNING O PATTERN (SEE DETAIL) WIN 0biti z 3/8" EXPANSION RNW JOINT (TYP.) 4\0> (SEE STD. PLAN F-3) 400 MIN. \ h ill / )6i `�/ O ME MI 4j CROSSWALK (TYP.) f (SEE STD. PLAN H-5c) PLAN SIDEWALK RAMP TYPE 1A 0 Q. 3/8" EXPANSION lit IS JOINT (TYP.) 2 0, i (SEE STD. PLAN F-3) �WEI DETECTABLE WARNING �,i 0 0 I 111 1 i pHI A \ IA' PATTERN (SEE DETAIL) I —�� Os 1 ,'c\\ ' 111111111.M111110 (��� . a • 5 ' 2' p„ � � d IIIIIIIIlIIII,,,. • ° nPpg11n1111 .In CROSSWALK a� (SEE STD. PLAN H-5c) ISOMETRIC VIEW RAMP DETAIL FOR SIDEWALK RAMP 4I0 TYPES 10, 1C, 1D NOTES: 1. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas. YII 2. Detectable warning patterns may be created by any method that will achieve the truncated dome dimensions and spacing shown. 3. Curb and gutter shown, see the Contract Plans for the curb design specified. See Std. Plan F-1 for curb details. al 4. The plan views for SIDEWALK RAMP TYPES 10, IC & 1D are provided to define each ramp type. See the RAMP DETAIL on this sheet. See Std. Plan F-3 for sidewalk joint placement and details. 5. Ramp slopes shall not be steeper than 12H:1V. SIDEWALK RAMP NW 6. The designer shall provide to the City the curb ramp type, location, elevations, and profiles on the TYPES 1A, 1B, 1C & 1D submitted plans of each of the curb ramps within the project area. The profiles shall provide enough SHEET 1 OF 3 information to determine the cross slopes and running slopes of each curb ramp and will be checked for ADA compliance. �1.Y 0 ADOPTED C 6 '4 CITY OF RENTON IIS ltSTANDARD PLANS Ls'1,1t97 LST DATE:04/04 9/3/2006 Added Note 6 DCV JE ION DATE REVISION BY APPR'D DWG. NAME: F010 SP PAGE:FO10 wr 4' — 0" MIN. 6' — 0" MIN. LANDING RAMP 2' — 0" o TOPOF 2% _ r ROADWAY CEMENT CONCRETE SIDEWALK DEPRESSED DETECTABLE WARNING CURB & GUTTER see PATTERN (SEE DETAIL) (SEE NOTE 3) SECTION ill wIr 6'-0" MIN. TOP OF 2% d ROADWAY CEMENT CONCRETE SIDEWALK \ CEMENT CONCRETE CURB & GUTTER SECTION C (SEE NOTE 3) rrr irr 10' — 0" MIN. e D TOP OF 2% _ .„4.1 ROADWAY • o i CEMENT CONCRETE irr SIDEWALK \ CEMENT CONCRETE CURB & GUTTER SECTION (SEE NOTE 3) SIDEWALK RAMP TYPES 1A, 1B, 1C & 1D lib SHEET 2 of 3 tiSY p ADOPTED C.) �' CITY OF RENTON STANDARD PLANS 4 1 T O LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: FO1O-1 SP PAGE: FO1O.1 .r RADIUS POINT OF 1 SIDEWALK RAMP AND 41.1 CURB RETURN (TYP.) BACK EDGE OF SIDEWALK IS PARALLEL• 11111 TO APPROACH ROADWAY (TYP.) AllI I .i. .-mulso it.) ,I . tviI O 610 ON A '4000.- v i,_,*. / \. lik ..„ ....... SEE RAMP DETAIL moi . (TYP.) mmowinal SEE RAMP DETAIL 1.11.11. - (TYP.) al MEM PLAN PLAN SIDEWALK RAMP TYPE 1C SIDEWALK RAMP TYPE 1D NU Will MO DETECTABLE WARNING PATTERN AREA O SHALL BE YELLOW, IN COMPLIANCE MO 01 J WITH STD. SPEC. 8-14.3(3) fLA ' RAMP 4 I —� .O QUI I IMIN. MAX. / A a � - B A 1 5/8" 2 3/8" alilli i < 0 - .0 0 . O ) B 5/8" 1 1/2" �� C 7/16" 3/4" `� PLAN i� D 7/8" 1 7/16" M � o I C SEE RAMP DETAIL I (TYP.) � � D -- TRUNCATED DOMES (SEE NOTE 2) ELEVATION DETECTABLE WARNING PATTERN DETAIL PLAN SIDEWALK RAMP TYPE 18 ill SIDEWALK RAMP TYPES 1A, 1B, 1C & 1D OM SHEET 3 of 3 GtiCY 0 ADOPTED CITY OF RENTON MO STANDARD PLANS N rt.,OLST DATE:04/04 to DATE REVISION BY APPR'D DWG. NAME: FO10-2 SP PAGE: F010.2 MN ■r arr CURB LANE LANE LANE CURB LANE CENTER CENTER ais I IN IN I LANE I LANE i III r I III I I ,s III I I 10' I I I I I I II 111111111111 I I24" I III I. 8" - (TYP.)—STRIPE l'` A 6"MIN.(TYP.) ►1 ► 4 8 '(TYP.)—OPEN 0111 LANE (NP') LANE '1 i-0 8"(TYP.)—STRIPE CONCRETE LINE LINE , GUTTER I I .11 1 — .I!, px. .1— 1MI .M MN .S .. , al I !--- TIRE I TIRE TIRE I TIRE /1111 TRACKS TRACKS TRACKS TRACKS UM TYPICAL 4- LA\E ROADWAY CO\FIGURATIO\ MIS Mk I al1 gillNOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON Thermoplastic/Painted Crosswalk THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE 7 LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. (Yo ADOPTED CITY OF RENTON 7 STANDARD PLANS N rc O� LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: H012 SP PAGE: H012 aro r 1' 1' ...-VARIES 1' 1' roc MIN MIN - MIN MIN is / ' wen� 4/ 'iwk 4 as 4 ewe°. 2" HMA OR ACP CLASS 'B' www FACE OF CURB OR 40 Fr� eA G►ow� EDGE OF PAVEMENT �iw°tw ►wog ♦� TRAFFIC FLOW wwww` 4 am �wwU4' 4 CENTER LINE OR 2" TO 6" HMA OR ACP CLASS 'B' �wwen�w4 LANE LINE Aii. . 1 AU am Ill 6.5' MIN. 2" DEPTH OF so GRIND OR SAWCUT AND REMOVE VARIES: 6.5' MIN. ma 1' 1' VARIES � 1' 1' DEPTH OF EXISTING PAVEMENT { MIN MIN r I MIN MIN I lie .V // yNII HMA OR ACP CLASS 'B' (SEE NOTE 2) 2" HMA OR ACP ori CLASS 'B' 6" CRUSHED SURFACING TOP COURSE, COMPACT TO 95% MODIFIED PROCTOR. 2" SAWCUT AND REMOVE OR GRIND, SEAL WITH AR-4000W. /X aril. \\ • CRUSHED SURFACING TOP COURSE, OR NATIVE MATERIAL IF APPROVED IN WRITING SO BY THE ENGINEER, COMPACT TO 95% WIDTH OF TRENCH AS REQUIRED BY SIZE OF PROPOSED MODIFIED PROCTOR. IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING, IF NEEDED. PIPE ZONE BEDDING, MATERIAL AND COMPACTION SHORING SHALL MEET THE REQUIREMENTS OF WSDOT AS REQUIRED BY THE WSDOT STANDARD am STANDARD SPECIFICATION 7-08.3(1)8 — SPECIFICATIONS FOR THE TYPE OF IMPROVEMENT INSTALLED. FOR NOTES, SEE STANDARD PLAN 110.2 MI 2Y '4. STD. PLAN - 110.1 o ft . PUBLIC WORKS TYPICAL TRANSVERSE PATCH dill ;p�`•` DEPARTMENT FOR FLEXIBLE PAVEMENT INTO APRIL 2008 .r AS rr air LANE LINE MARKING 3' MIN. 3' MIN. we (SEE STD PLAN 110.3) VARIES: 4.5' MIN. (SEE STD PLAN 110.3) - DEPTH OF EXISTING PAVEMENT as ° HMA OR ACP --1'--- - 1' -- CL. 'B' (SEE NOTE 2) no MIN. MIN. ..6" CRUSHED SURFACING TOP 2" HMA OR COURSE, COMPACT TO 95% ACP CLASS 'B' MODIFIED PROCTOR 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL WITH EDGE OF CURB & GUTTER, AR-4000W OR CENTER OF LANE LINE ma CRUSHED SURFACING TOP COURSE, OR NATIVE MATERIAL IF APPROVED IN WRITING WIDTH OF TRENCH AS REQUIRED BY SIZE OF \ BY THE ENGINEER, COMPACT TO 95% PROPOSED IMPROVEMENT (SEE WSDOT MODIFIED PROCTOR "a STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING, IF NEEDED. PIPE ZONE BEDDING, MATERIAL AND SHORING SHALL MEET THE REQUIREMENTS OF COMPACTION AS REQUIRED BY THE WSDOT STANDARD SPECIFICATION 7-08.3(1)B — WSDOT STANDARD SPECIFICATIONS FOR THE TYPE OF IMPROVEMENT INSTALLED Mit NOTES: 1. UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED ._ METHOD FOR DETERMINING PAVEMENT THICKNESS. 2. MINIMUM THICKNESS AND MATERIAL SHALL BE: PRINCIPAL/MINOR/COLLECTOR, ARTERIAL, & INDUSTRIAL ACCESS STREETS - 6" HMA OR ACP CLASS 'B'; err RESIDENTIAL ACCESS STREETS - 2" HMA OR ACP CLASS 'B'; IN NO CASE SHALL THE THICKNESS BE LESS THAN THAT OF THE EXISTING PAVEMENT SECTION. 3. AT THE DISCRETION OF THE ENGINEER, A FULL STREET WIDTH OVERLAY MAY BE REQUIRED. MA o STD. PLAN - 110.2 +A® 4. PUBLIC WORKS TYPICAL LONGITUDINAL PATCH .r �^II�� DEPARTMENT AND OVERLAY FOR FLEXIBLE PAVEMENT �N,tp APRIL 2008 ow As IS IS SAW CUT SHALL BE VERTICAL SAW CUT SHALL BE VERTICAL AND IN STRAIGHT LINES AS HMA OR ACP CLASS 'B' OVERLAY AND IN STRAIGHT LINES AS NO DIRECTED BY THE ENGINEER 2" MW. DIRECTED BY THE ENGINEER PORTLAND CEMENT REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT 3/4" DIAM. X 12" LONG • . EPDXY COATED DOWEL BARS • • W 18" ON CENTER ON 3/4" DIAM. X 12" LONG ALL SIDES OF OPENING dW ,��III EPDXY COATED DOWEL BARS sii 6 'I ® 18" ON CENTER ON MIN. 6" MIN. ALL SIDES OF OPENING / \ : 12" EXISTING COMPACTED BASE f AS SIDE OF TRENCH 112" MIN. SIDE OF TRENCH COMPACTED CRUSHED SURFACING TOP COURSE. COMPACTED TRENCH BACKFILL IN AS DIRECTED BY THE ENGINEER WITH ASPHALT CONCRETE OVERLAY WITHOUT ASPHALT CONCRETE OVERLAY 1m ms 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 AS Local Access without Bus Route No No Local Access with Yes Yes IS Bus Route Intersection (All Yes Yes Plus one panel beyond Streets) the curb return j 40% Removal Yes Yes Excellent Condition (based on visual and/or Yes Yes non—destructive testing) di 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 any panel needs to be any panel needs to be and all bus route patched patched es AS Y 0A 4% PUBLIC WORKS TYPICAL PATCH FOR RIGID STD. PLAN — 111 + ff-- + DEPARTMENT PAVEMENT PATCHING AND As "$'FNtp RESTORATION DETAIL APRIL 2008 40 101 or STREET LIGHTING CONTACTOR CABINET i" WIRING SCHEMATIC TYPE III SERVICE 120/240 VOLT 60 OW Q 0 • • 100 A MAIN BREAKER (MIN.) SS2 POLE 240 VOLT Io 0I tY • S °' • rte " • • 0 < ► BRANCH BREAKERS • • 1- ►- O 120/240 VOLT e Z Am TEST • 16 POLE • SWITCH a it -0- • ► • rCB) T w OII A TERMINAL CB/ O BLOCK \ O 0 1( I I t r. IJI 0er' 0 0 O er) UTILITY • • 0 • • ° PLUG (GFI) •• - - - T•- I> >•� •0 • -mar CONTACTORS r. O 0 B CB (B) B H, CIRCUIT WIRES TO LIGHTING RUNS ma 0 0 / PHOTO-CELL TO GROUND MOUNTED ON ROD NEAREST LUMINAIRE JO •• WIRING COLOR CODE A. WHITE JACKET (NEUTRAL) 'a B. BLACK JACKET (LINE) C. GREEN JACKET (GROUND) D. RED JACKET (LOAD) E. GREEN OR BARE WIRE (GROUND) STREET LIGHTING CONTACTOR mm CABINET SCHEMATIC ti r Y p ADOPTED '6 CITY OF RENTON ♦ �!!� •11 "� STANDARD PLANS �>;'N T O LST DATE:04/04 OW DATE REVISION BY APPR'D DWG. NAME: J011 SP PAGE:JO1 1 16" MIN. t- WO 14" PP— A rr A 1 100 AMP PANEL WITH BRANCH ono 100 A LTG. / ( MAIN 3 LTG. LTG. wr14" 1 4 LTG. GFI 2 CON. SIG. - NEUTRAL I \ I 2" MALE FEMALE eerr BUSHINGS PE CELL TERM. STRIP rrr 48" ern TEST GFI RECEP SWITCH BREAKERS AS REQ'D 9rr 4„ LIGHTING CON TACTORS � r AS REQ'D r. SERVICE FEEDERS RACEWAY WITH r>rr ti ? REMOVABLE COVER [-II--6"—n– en ►en TY3E III SEPVICE CABI \ ET er TYPE III SERVICE CABINET 7--Y pADOPTED 4.S\... CITY OF RENTON ,.� STANDARD PLANS LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: J012 SP PAGE:J012 .rr "r' A C -1 LEGEND DETAIL — i---1 L — — .__LJ— _,— _11_1 t [1"Nom, I1"Noml 4�N�f�i4411 4,. L � I SIGNALS Ow 03 rJ40:0100.311 L I LIGHTING (Mark L7r- 1 "�'%•%,.�', TS-LT E TELEMETRY "Nom TRAFFIC SIGNAL SYSTEM LEGEND rrr _ --Ir - - -n-- -1- ---1r-I Form Letters with 1/8" Weld Bead. Grind off Diamond Pattern before forming letters. +, PLAN VIEW I I Nom. I1"NomL 1"Noml. H 011 i ILLUMINATION SYSTEM LEGEND _ = = _ -,:i U r � m TYPE 'I' BOX I y /- IATYPE 'II' BOX OW 1 clxlx3/16, 1"Long PLAN SYMBOLS 1 I ' HOOK DETAIL (2 Hooks per Lid) .r ELEVATION VIEW J Z_ Q tZ >- ' ZO- Po I— Q Q JUNCTION BOX DIMENSION TABLE z Y BOX TYPE a' ITEM TYPE 1 TYPE 2 7 L I _ Nr) CONDUIT III 2 ALTERNATE A ALTERNATE B /rbiti — - :Y A Box Outside length 22" 22" 33" 'o'{' %o`?' B Box Outside Width 17" 17" 22 1/2" 6" GRAVEL PAD C Box Inside Length 18" 19" 28" fib COMPACTED D Box Inside Width 13" 14" 17" E Lid Length 18" 18" 26 1/2" F Lid Width 13" 13" 17" TYPICAL JUNCTION BOX INSTALLATION DETAILS G Box Depth 12" 12" 12" do H Lid Sr Frome Depth 5/16" 5/16" 5/16" J Woll Thickness (Min.) 1 1/2" 1 1/2" 1 1/2" K Wire Reinforcement W-3 W-2.5 W-2.5 L Legend See Detail See Detail See Detail ii1r NOTES: ITEM MATERIALS 1. All dimensions are minimum. Exact configurations vary among different manufacturers. Box 6000 PSI concrete (See Notes) 4 Frame Diamond Plate Steel - A786 2. The noted lid thickeners overall minimums. The Diomond Pattern for Type 1 or Type 2 * Lid Support 1/84Min. Thick Steel C,L or T. -A36 40 boxes shall be 28% minimum of overoll thickness. 4 Lid Diamond Plate Steel - A786 3. Lid support members shall be welded to the frame. Anchors Steel Wire or Tee Plate Reinforcement ASTM A-82 Steel 4. 4000PSI concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded *GALVANIZED STEEL wire fabric welded to the frame. WO 5. When noted in the contract. Type 2 and Type 3 Boxes shall be provided with 12" deep extension boxes. 6. When noted in the contract. Type 2 Boxes shall be provided with a 10' X 27 1/2" 10 do gage divider plate complete with fasteners. 7. Non-concrete Boxes maybe submitted forJUNCTION BOX DETAILS approval. Evaluation will include an H-20 Load Test. Gti`CY p� ADOPTED CITY OF RENTON i + tort STANDARD PLANS i -A STANDARD LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: J016 SP PAGE:J016 • ,:l.::: ht*a�,l IMP r ', . •P C Y to 0 d+- ° •4) •-•-• tI 0)) D E 4- 41110 w ° L 44, - I-- ZZ N • 4- o "• i w z }— 't r 33 o ` v -y F-0 a z a c r-1 a II ° f L 03 111111 oI- x 14--.• 0 �- J QV z z QU<n 5 co Y Ut O L C X Y G;„Q C = Q OLY 4- o a °o - O I- ea VI 4-- • C E v•a '44 L- W LL N --• 434 ) - dDilliii-•• ••0-g oL0 u 413- n N (4) E l m a -o U /I co-V-D 4t -4L- m1O C O J J41 4- 41 0 0 Y L QN O N 0 V4.1} O C Y N C p dII c+U o U W Y 7 Y N U C W U 88k-• DY =o a_ o os) D4- 3 4• N U O.3 L ]] ° Y ~ I 11 Y+-4- E Y4- 4) _' rk L C E U 4140 '0 OV O a, 111 km - �n i u u a a o O 4 - E r 41i0 EA t Q� 6 O k (g( I Z N M •; x L a W Y :0° o.o c aJ O N0 4 (440 L _ 4' a L x YLn ~ • 4Y- O 4- d n amu, a 4-- xi - I- - el 0 n '. c Z M \� 2 m v ■ L 1111.111111.11.111111.1.11=° i o 0 `tire „L-,£ Mal N O W'o W � " PIn . J L Y L L am o „0_,c CO VS O O C O.0 „E L 4- ` 410. •0 C L O0 C_ 0 CO o U L O Y i- D C L.LL T O v O D.0 L U D L C 4000 L U ,, 4- U f 0 4- U 'i N O • -oC 7 a Ti.- M N 0o ..O a a C•- N O U o L L Q O T l 4- 0 0 0 .. Y 0 0- .0 PM L D E Z L p r •O OL Y o C O C Y . • 0 v 04-- <4- N to •- • d J U "rll . U! Mt t F. am! • ...gel. ._ , _ ■ :jam/:' a + I . <d cl OD P c, Y 8.•L- 0. x111 I� o N C L U 0 4111111 - e d 1. "z 4 4, 4 �N ° 4I-27,1 „9 1.4.0:1 +eu!Q°0 „9 ira D air 40. r s_m o C.7 ►— qti Z 0 4- 4 ~ c i•- O t0 rn Z O• m Z d N e rn MO c w k�a,� = as-J z ' Z Qz cv o0 O -•CI W W G+7 e !J' �` W F-- Q O per{ z ca *- J 4 Vi ��-$M e Q O p d LLiz 0 M"' fry ,;,vi _ e� .�ga N w Nirl O Cl-IX tj-Q O CW7 _ X O O -a u, O '��� Z Q � Z <O O) J 0 z ¢ (., 1— Q n w W o w ►— iiWl1 •u fr. N p N a. z r 4 U I- W W W 1 at r t.-N S HOil 2 `V Q • 1 OZ `•• 4 4 N W i O� DE j R 0+1- .O aIA I K OI• 11 U N t O^ 11i I II 11-.13 4 W K W Lai � 0. a. b VI o°' 4 �0 O O'N �_ 195 NM w U 224N O I— W J S N W 1-WW ZWJOZK Z_n.> ill N t 2. 4 I • 1111 . . . [it II OMA o0 Wt.. j _o o,.• o r, ■ ; 1 I ■ i I ii N W c,F0 I - u a w z cc 4 U f J OMN vl r W O r w W o Fo N C f9 ..Z.. bsZ eL r a r W.%0. JZ ... IQ'1A' ii-n'I (\/\J W 2 N a J 4 O u p O ' O W U z '/f N Z O G..F y�j mCrNr 3... r W ■ W U11.- 4 4 J S U p W O i W O r N S O S W. .ZCr.W a O....1. d J W w O C J=W 0\ r U Z O O C (\ M .U. Z N1=-U W OzrNQ W 2.40 1 OOm4 W V > O pp W ea _ . 0 e"'W W O,.....a Z U telt/1,2002• .,ET,O S N=a W J.. , , W W O W m C I-=J�.4�N 4 0 0 0 0 Z a N N N r O fill • 03 NC a s W W~W Fw- Y r W Z O d W U=4.~..S W U J<W O W r r w W W 4 4 pp IV..N W Z J m W z- e-WW W 2J 44 WZ W NU4 ai\„• , Z W W 2.. — - r arcz Z S 2 4aCO W.-• _ r � a°- zuazC44O ozNz4Nn „4; o time NSF Y WO2 WW WWC m C40> W W U J Z N N C C 00 00U1-.W .G^^,,yys� .//4��C Y O©©O©O©O OCC•^r✓d 45® err r ..1 I "N 0 J �mm 0 �mm LAJa r 43 z i p E E v Ole MEE b ? 1 W M • O la W W So .IttJ JIN W [till E= "111 I Z ,_ .... err uj_0 4W @ wW ore a S I ii i . i J *I • I '(PI I Ole 8 DM 1 '-y/—//7 ,alT!T , ...O i o8 W No 1 coli i [El 0 1 , o a> 0. arr I ~ zu,-O^ "z =rte +rrr �y,w N Zones w E U. v� o _� � � ..�� N���'"�j vim''•g�y� r �a� d � �a a � ili H ' -- o° `•- C pP O 7+E V C O N .- 'g -h — ® �'�'i ØØ c a111 F o o a« o' f - - --- -.\---1 I I �F I I •� ° fi I � I I 4 0 4 4 y ♦•- o L 1 �L J Q =pQ :O Zp ZO • Mf N O • • W;WOU IOU I WOU�- r6�I r 2 N - f N r I ..ZI 41I*)A •.z w.•.� i �� a H VI VIN e 000 «4 wW WW _ • �I .� \ /1 L J 522 N aO�N N 1 ® li Nnw.aa r S - - -I.- 0 N L_ N ©06 © N ©04 N N1 u N - maw= .. Ioulaou —W -r re 1 ©06 wW I ©O© © m �aa i e L � v,aw N L — « L J < � n t o •Y 0 •-u u 4CN 4 „ •) O-,Y L CG�4 - V ► r N 0 «Y 4 N„H N N•- N �• f N« L 1111 c"•6nc 4 •. V Y_C YY.0 ) «OV ` r Ln� « « UV0„« 4t t0 T`•O O C " U L[[ p .r O ► ) \ V VT Ppn O�Ynn �U p� - fC; �j „44 OO„O4 C TCC4 y4 O4 8 V N J0 41 U.44- COC Y VCpV pC E �U C - V „ P 4.•-4--• N`^`0 0 •� ]�p�Y u .0 C [Op 6 Q;O �S 4- U C`oT V X -- E� CCC GC 0 {O. 9 V .- 8) 4 OC •- 440 O C U Y C EN V O CN 41 44 O-(44- O •�C V CN 4 O i {p�U�) < OOOO V O OO V OO© OOO® © O ®O® f� �r. 40 GALV. STEEL CAP TO BE SAME GAGE STEEL AS PEDESTRIAN PUSH BUTTON POST / FILLET WELD sr am I f — PEDESTRIAN PUSH 4'-0" BUTTON POST 2 1/2" DIA. x 48" LENGTH 3'-6" ms 40 1/4" FILLET WELD l FOUNDATION TOP VIEW '— EP x LENGTH OF BOLTS ° 2'-0" SQ. OR 40TO BE DETERMINED DIAMETER BY MANUFACTURER m d a'•- , 40 1111 44 gi. SIDE VIEW .r am PEDESTRIAN PUSH BUTTON POST tiCY p ADOPTED CITY OF RENTON INV 4. STANDARD PLANS N T� LST DATE:04/04 motDATE REVISION BY APPR'D DWG. NAME: J022 SP PAGE:J022 NMI .rr PB 0 \ 7 3/4" .1111÷ WW IOW — 5° ow PEDESTRIAN SIGN DETAIL ti`C Y 0 ADOPTED G A CITY OF RENTON allr + + STANDARD PLANS 4N.00 LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: JO24 SP PAGE:JO24 a11�1 NO ar OS 41110 Ile at 1 t.,, I B I_ ON I \w _. ) ,3 - PUSH • • BUTTON FORTOP VIEW .. 1 ID •ft i , T -d- ,. , 1111 _� II 1._-Ili II.!'- OW I int SIDE VIEW r ) ,.. PEDESTRIAN PUSH BUTTON or AND SIGN MOUNTING DETAILS VIp ADOPTED �\� CITY OF RENTON 111 ".` + ''P-- $. STANDARD PLANS 4 N T O LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: J025 SP PAGE:J025 as VW WO HAND HOLE POLE GROUND TERMINAL MkN---- #8 BARE COPPER GROUND WIRE r• JUNCTION BOX CONCRETE PAD r I n9i rPrlilii 7 / L.p L.J a\ 1 \\/\\/\ 1 11 nu inT17ni ll r lir —j- 4" MO i\ i\ i\ \\ I /\\\% a /7 7/// 6- #7 BARS /\i \\/� j\ 1 1 I f / / #4 HOOPS AT 12" CENTER imij%\ I - n \\ /�\ / i kl \/ CONDUIT dirt 4-GALV. STEEL ANCHOR BOLTS SIZE j\ I \j SIZE AS REQUIRED TO FIT POLE REQUIREMENT ID A > I _ / / \/ A j //////\// / \\ NIP \A �\/�\A \ A , -5/8" x 8' COPPER CLAD METALIC GROUND ROD 3' SQ. OR RD. I iilli f WIRE CAGE — 15"to.. . via 30" III - 15" -.- Oil 3' SQ. OR RD. AO SECTION A-A 0110 SIGNAL POLE FOUNDATION tiG`SY 0 ADOPTED CITY OF RENTON to -j— - STANDARD PLANS E'�rT� LST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: J029 SP PAGE:J029 Air IN 11111 1111111 ■ 0 • 11111 I ■ 3 1111 "dr KNOCK OUT WEEP HOLE MOM BEFORE INSTALLINGNO MAST ARM 3OTTOM VIEW ice® Ili nu .r nibs 111- I 41111 El I ,► '" rI 1\ EMERGENCY PRE-EMTION DETECTOR tiCY 0 ADOPTED 4.11714? CITY OF RENTON 4 4 `� STANDARD PLANS LST DATE:04/04 1011 DATE REVISION BY APPR'D DWG. NAME: J032 SP PAGE:J032 ow wr is PEDESTRIAN SIGNAL HEAD 7 & MOUNTING MAST ARM 77 s 1/4" FILLET WELD lbw I Ili ' I„ IMht. ' ,I' PLLUMBIOZER T ow /lrillPOLE MOUNT BIN= ' . 2" PIPE u'-.' TERMINAL BOX iss ,� COUPLING TUNNEL VISOR PEDESTRIAN PUSH BUTTON Ili BACKPLATE 10'-0" , 8'-4" 'J /a [4"j 5" (TYP.) 3'-6" o -- 5" (TYP.) memo u■ wr II\ 45' ON AI — — — — � Y V IP e M Ell as 6" VARIABLE VARIABLE VARIABLE NO MAST ARM LENGTH ow ■w TRAFFIC SIGNAL HEAD MOUNTING DETAILS GtiTY 0 ADOPTED CITY OF RENTON SW 4. _ . STANDARD PLANS ��N ry 0 LST DATE:04/04 OM DATE REVISION BY APPR'D DWG. NAME: J036 SP PAGE:J036 art rr die 2" 0 STD PIPE 2 1/8" 2" MAST ARM MO ILVIMINIAMMUMilaiiMMVAIM 7/ '1 \ ) \\ _\v/\_\I\_\_\_.�\\1 44 1/414 ROUND EDGES FOR WIRE 7/16" 0 THRU HOLE PROTECTION +rr SIDE IvOUNTED SIGNAL COUPLING DETAIL NOTE: arr ALL WELDS SHALL BE EQUAL IN STRENGTH TO THE SIGNAL TENON INSTALLATION BASE METAL AND SHALL CONFORM TO THE CURRENT SPECIFICATIONS OF AMERICAN WELDING SOCIETY FOR C\� �� ADOPTED YYOF RENTON WELDED HIGHWAY AND RAILWAY BRIDGES. + + tilrl •^P ,� STANDARD PLANS 41V.TO IST DATE:04/04 DATE REVISION BY APPR'D DWG. NAME: J037 SP PAGE:J037 4 o CL Iii W z! o o , I , _ 9 01 0 N M /1,?.? Olg zZ as ol i I . G �4 , os%yam z asxwl za a o .• 4 tn�; „r Cd 0. W X � 00 �r F.�, y N t Z� iWL6-8zo O 'rr Si $ �� �' !a� ..,- iii }a C O 1 Q 0 a6• c amW k I? N 74 z WOs z s x I ` F a Q \ N E^ pp N O • % I N N M V •I y O w N N - N. •.„. 1^ 4 A'V as 1• O ii V F I i Z a u i 2 = t' z0a a oYWuVI I l 3 • .- ZWVI x r WCZW > U QWW Olt =� ii . ti Q � WO NVIW JW0I- dill x Y U.—I z n'" W ' 00 ~ 1gi .S Qm$ �" UU_,x 28? a g 1 Fye •JJF- F- CO C NY•� N VI a • •. 2 0 < uau',a y • O W t N w W W N 4 9 P i g . -"WOW 3R$ • I Li- W n & rc 7[Jaa 00 O •• •1 W Wim, 0 WOSV1 1 0 tol •Rn N 1 m �n v F-z �c �y ` 2 wW- 8 g 1 c-w�z R n'�' ft 3 3 0 SMI '�'i vine > gg8 N old g Oz<czo o pp In J,-'OVf Nf 'i 3C 1 W -J C .co. •• �� P 1 .... VI OQWz I " :n n 0 1 " N < w usf-Q `Y} upCv 1 J S3 •• ' Sf ��N{{00L as \\ 1 fl F ~ op Z 1@(� I. L« L Q \ Q 6 i f% N t] 61% X~�Ba hE \\ 1 N-WJ 7 Ku £L«£�N ggO MN a`8Xo°cb`�g2 \ �W h ¢3=K�< N- It b KO W i 7—S . .• S 1" \ OY4 , o0 0 N � II\ CC 3c eNt Wo I--Ce •hIV 41/11 • - - LL. 00 •• •• • • • I �— p .:1( =WI 2 O I-W z I 0 -� Q 1-CC .W.. �— _�_�— O uj 0Ce SLLN I— I.-)I zI or z r -.s O UQ u .i 0 z u sao ::;\ / / VWi x I u tl -*---x� \ ` / / x >- < Wf I- Cc u u" uz� •-•O I u- MW 111111 C-1 Q MX0 N 0 j�� uo x W> >' " a 2; o o zI M a pp 1r �� J Q ?- .>tW >0 W< 1 \ wt., LaaX VIr Qte Q 4---1 U WI z O Q I-tit 1-40 W I W J 0: UJ Z U UO..+ 9 --.0=4 < 4- a. v~1O j U z o h-W H Z N I.- xil J .U..z Ki CCI-0 uJILICI k V1 I-- a n a LL o • a o El i o y 4 4 \\` o O• O O= ‘ da VIZ k 41. • N • WI I.) et O z a VI IL VI ZZ N ' 0 00 U O. 1. w G y9O'N� 8 a C ' Z d O Z ..7 = O ? n a w o O f��yrlt �I_`ry„ < d 4tg10 tutu.cteK Q I:iY' \_ z H p p O - o a WV) ?` •tr SOA yy FFF l 0 k 70 D U v~i -1 W La • K W S U d H W a' F- 0 G. a 7 KU 00 m o ao +M ixccs 0 O oo o21-VI VI UJ rc t_ Z a O_ . si I<o Y W I >, •,0� I y1 Cc I- 1-W Q2 Nh mP ,Q`W 00I `I e 01 WO 01 (fl Sa vi• . W 00, 1 ♦ Q" MO Z J 07 VI 4.0 Nn` • I,-,,,uI) :D `O if 2 Si Lai CD o t - r— I/ VI Z. K W N Y lc C.) � Z •CC <a = r-- . --1 I F— I 1 b o < CZ as Y w s �� J� • s •Y W VMO i z w 21-- CC ,I s QN L.-w0 .-nm QW �W o� 1 O V1 W•-• 72 O- x N O ea '- W U 7 1-3 U•-• Nn�`� �� WN Neu WO La) K ��6 E- U V1 n OV V1 .� N Z •-• N NI v N a1711!No II 2 Iia VII YW Mc w CL la L1111111 ► Lz . E2 0 I_ z se wct 00 [ TTTTTTT1�.,� � F � — a= 1s� I p{ I i �-- V1m N* , 1 r o te '- ce 30s't : N N 7.--, OWL N o ' N 10e' ( el �j�/!{J O.6 Z Z N in z1 0 w 4 V/ ¢99 `!�u"�'r'"o` 0 32 W y 6 ,LO1 63 rc Q Q 0 o NI > I-0 T`kr1p ��Sy gyp^ �1 i'.CI E Q cn a u u uJ amdz o� 4 z Z� , < id w0.z z-1ac OUJ p0. �� QUti g ti x •WN tae OCU dO -U UNdW 00 < Z N SW 1.1-O. W0 NY JWOO . 0.•+ FOC LL JO /� M. C4 z w a-m OX • 0<NW 'V <3W -< .O-.Z W U 0 UNm WI-in I--X 0114-ce CO OW Nd Od •' i i I�r 4 II ,� - Www 0< ZOZ u«v=i Z 1^ to •• 3 O♦ 4 ZJO IZ ZNN W < J • <CtI 0 WW0 o <0 01-0 01-O 3•WI- 000r-Z = N v NJO 00 Z C3 OJY 2 3 zU ZWW ZO.-. SJ0< Y f f N x tl 1123? OC W ZNW JZ O: 0Z :n a o g° to .z ~ZO WN OZ< ~ 0)- 6 N N yt f"' O 0ill �o� Zmd mUfN Z00< .- '^, E 'N" '' fit I%1 COI-. 0 • a..wW OZWZ N N N .il° Yo° w Q 1 I W SJF- 000 J•.>0 i'-1.• ♦ iC x00: NOx <O•. ac OO. g 2 a E i ° 03 �� I f N 0Z <00 WI-> Cr CC S'1 .• - D f�f E`) '� ill +O rW- aur-- uu..oz inZO �izI . U S`_-o" ° �1 � Z N M Q 4 viir J ~ ••[ EA N N O d N 0 y N N U s tv 2RW _ Edi N Eag i I : WsIS 21` s C I T SS ` X O X 8 „;Doi __1 i 0 i 1 x p x a x a i I 41 cc 14 — 11-•WW1 — .,— ♦ • 41 ° 11 1\•,. l .... R.• aro WA ♦ 8 I + in W + I x » r- w M—.1 0 o z s p .8 , / T p a F x 8X r X I J Z o Q Y m o oJ F . .,: a � 1- 0 N ¢ O 0 N O .. :Ei ... N a a L.-...., o; < i • &lit v Z < D v d 4. F d NO r U Z 4 < 1- O 0 J 0 41 H u 0 Z< p 2 0 0-,1 H N d Cl Z ° aat Id ® 2 o° §'6' c� w J e am 6 y }lA .ranz,c.,ovwaoaumuwr.aurua O o IC' c ,,,�W s..w..oueuar�vunsnaouc .u1r q Nmi3o aci • v m So_73 � z~ v0 >rla1"wf Fro W a' N � MN 13:E{ ? .0 20 co U 0 Q 'ao�awror r,a,axranu mos Q:Z .1., n b oma g po y8 app =w _AV, ba3q r^ �� N FQ 01 i (%J N S V U ~ , < oN 2_ i ru 6 3 M .Zc L. N a F .0 rQ cQ '. o �y V x mma3 o V0. =°-0 Z g °t�.o cWI VF- �t44064.1%,,g0 °' , �Q N z am �izrg 00 .10:� .3. c c o d m v cu. c W2 ti } ,�„F < b Wp LL g .8 c aOa S ig E. ••� 'c a <m a �,% W W y 2 -1 4 I n y ip a •0 W5 mn Va `ZI..L Q�0 .I Z„, a ill as e ut.r9 a 80 8 n, y i=gf tic8g00 A$ ❑� y4ON •$zcm, mV 4.z �y 0 �� yah 8 =R c x`c 0. 2-a m .n NMI tQ SX v .2E yE 'E .c.� . 2� U C E VI tE§ 22 5.° W 7 �N. 4 <szi. A 6. t i- �1 Oa 7'0 u CD F 22 ❑ Z •- N C•) V' ,0 6 N.: 00 MO A a w N N 00 egg g $ o ®® 8 N o 12 s bu IsW*di 0 o a J1 O ----' 22i S Q Y f 1 Lt z O N J W U c9 8 `9 < . ' Co x Z �YQ`� ri A a p_g _ Q Q W z - Q N z ❑ ❑ OO 4 a —a O U' wW W ❑ x 3 �d 1- a W W C, 3 Q y 0 pO cFi -' a 0 0 ] 3� Z � o m S vca a a a a0 9 aWo 4O zvz Qw UF a ° j H Dm N 44 F.x 6 X 0 coIIJ N Vaal. W 351 %(..1 J z ala-0;,' D D al •lq soK K ZZNZZ i =U_ a a 2 6 i2 g 0 -.1.X A J— o , 2 C 60 P s, , 8 w CDD O O O 0 J 8 , § J W W 11 - O N O IIIIP F. 2 § E E z W ° e i 3 J N 0 $ T. a. =,...4., ® a at -- q� 1U FIA W m ® ® w W a4 n A N 0 ,a N 9 Q ,� ,ryrya ,a > W pp pp W o o 6 z 1... 17 N N E ❑ g Q s N ___—z W„e N m g 9F. $ i ZLL w I p ® 6 — _2 A F. ' 8 N k ® a Z } w J 0 Y o a QQ x W w � :, o z 0 aa. n �i 4 _ ,J / ® o o5' z W _ ,� e� n OI a ® E. E ON U a _L___ O 8q \o a S 4- 0 0111111 8 ` o V Ilip f o~ c \Q\`° a 1 zr' ,, N W Sw S N 4 § N i w p 2 i,04 x k a a N z d ji QQ yy B) Q W OOW W 6 N W F FF G W 4 .2 _ ~ccc'a4 ® a 44 44 7 3 S< 2-Ug ouu511g A Y m egg 1 -z g.(, ,,- t. 8 d F, W V i” LL 2; A -J or Q t� u. LL M1 f,/� 00 � a. (7 Ku} 7 a 19 ae III g B ILI m �Z0 Uo<0 -1ww i a N131SNf1218 VN313 :A8 WPM NO >"0 In..runmwuoWA)WA ovw+w.wv O n J W vw+.011/3[vmssr M110.S Maua.n 1. O F-m o y >Z F- AOio�oe wi s w�m�nur W Q 1) 1 1 °O N t E 44 w .0 U`1 0 uw.waaomvov.nonv.un�vvnu aev a 5 2. UJ ix z m>>§ $ o -i E mo w R 1 ti u 4 Z C ao' L m E' r a 2 e.0 m IW- �.�y`G a�N� o O O N F 03 ? r m F. >-Q �Q o� o '91.. ,Ja Y 3 "g.c)GM ro O C m Q y cel W Z .-i I '.. e 8 Z 0 1 o p 2 W m g C7 Q O �,' ��'1\;5.... d (LLQ el { >> 4'4".. o = �r" CI w,S .1 31 E.� o m °o J(Wq d0 ���� 4 5" W H i° m a n U P_ �0'k'' J J g H.a C< .i NL Q O m Z.43 9c LL Z 3 m.or43 a a m 80 m Z 31 WB0 t N re "o H 1� to 0 JSt} t fin °i mcv g m c g oi Cg 2C Q 1-H gH Cp N. Q IW• QIIIiN N -.1O �CDI FUIL z• .- (V ei a ui (p r.: 00 41111 _ 6 6 W 18110d 1 o V o 3 N Q aw ' 2 2 2 2 = H o A z 0 3 �—a — a x oNS R io as c�Qc 8 10 8 Y m N N N 0n 2 g X ain *ta. "0 31i L, �o is s s a — a W re w c+ H or; 4W W a z zd mrc m x O may o vi- gz z y 5 Zp<W zo a a AO } b 5m m mK QO ZN�iflGy = Ly (5 II > > > >W CCCC.ili ° LIa Og G Z D W Mt> 0 6-m �U on - WS 57j 8 ' § n J ®o NW W 4 i§ I § 0 a d-W' Ww O ( O U e 4 W W 00 E II 8 h Q 6� s �i ® WQ • to Y r// 4 Q O wg ^ AFs " m 1 11.1 AO J g" 8 M V V N. o , wCI � ti F• r :24 0 z ° — N ` ° J o Y/ 2• 0 W w ,; I 1° W LLei �I 2 Q Oa s A n -H°''NII,Z z w (� Mil U a 1 Q\ 2 0 co yl ' W \K g m V f a m N ta W \ W . rc,.......„..„„ W 0 QQ p W co _TWO „ �3 K W wV W Q A Q8p 0 d7K U O of (0 w p a ck Q S f O z ZZZ ry x *d LL 8 i•1 < 3 O 2 ipa g6 O Ya O a s n -82'4 2 in zz p � R Wi i Q o� b b ® 2 Z ca (� F Q' O G W J Z< Z W K = of W -� Zf �9 O gm aW U' 411111 Q w ,3 LL dO ( C �IW. J a ®Z �' 0° 0 n ori,_., 0 ZS a °• W m m W g Se •U * W z m O e. Q 1p a w W W .g . N NM Z Ee ▪ 6• a 16`r NI31SNro g YN313 4AG NMYNO c 0 >...CO a7wwrr7aN®mwai.nr..wr MM.* W r or v L, b i. € _a,�f+ J W •r5wwruaumwurv+a7asctt�wirrri +`' v • E ; H°°y C Z�— '':r®a m.om°vo unin.r+nn`i W Q N k Gi C 3 p uyrrnoaawnmommnrernwur.0 Mur i 4 a yq 1128§1.,78 �9�jn E c o m WQ' _ /Z= • zz d M all g� F a m c F Lac dro ›"< e 0 0 `9y d 1 Wmg 7 s <mA E SR ° m € mEg-a:2.iL' z0 ti �ii0, m , .- O_B— .- cc taR � 26= E � L S m s �: d Z c o r m c SD ° • cc € iYsS U' p'Q 8W3m W-'0g. Y V omgro J�2 N v ome Qh �� mw .y V�E A a c0 ri o JJ LL Z U)O a�`3 E � t m iii OZ Ft ► m E •3 c a pmt 8 c Fus 2 2i2 a m H t N pl •y _"• ¢3 JJ m N gg m x W EE�o , 1 a a q m R c m m =A rc Ala—O v ° vi .�8 S a� O ,F c� � c �� E o c m � a 0 0 � 23� � in N> . N 7y C O U '^'U S K v m 3'Qo H w m s$ G g .'L • B B a zx z �_ >m{� a E 8 E •m C •E N N 5 N a W 1'1 F ii: mN CiAykQ+ m m m O tll 1y U fir- ZO 2 W1 9 .2 E C N S 6 N N z gg= Ria m w o FE v cap x B B a Oc i b' u� w d m t0 ip _o m Oc �o O ® p a o. 0 J Zz O V IB D O O n a 2 r fV f7 V Ali (O N: ao o X212® 2 M z W U' w ®B B 0 it@ < 't S i8 V 9 I ° a. +- r BI � C.) m:''211 • oG igi 7 R N x m ® ® 'i qZ 01111 C7 z_ � wN ®I id n41; I N _ R 6 a4i B W w o . • Z• N.. e - f ie , 3- x air < 0 a S I D • R <>1_ _ _ ® V x x x x am .� e e — m =nup..o Q '_ � � o o e e o II a a a cii`—) rimii. ....m.........mimi,_ +wr _ _x x x mt. x o �( ,JB j .14 ';'s g g§ . g 11 i a .1) 7 , S f? io a Bj, r B�0 Z '2 W4 w mg emi : g oife- ' .jo $ o m , , F mi m N ' § n ® N W9 ouff f. S �{ B c c 3 11 N p ^_ Z ® M N N H N ✓ ' vi g 9 mjF g t E " ' § 2 < $ o p o 0 WO a, uuB � J a 8 § § § N a h g� F 3 ig t3 I+ W Ni 2 W 0 are w 3 p q MN u� t6- Qp 3 v t9 N g r I j Baa n `S 2 7 8 f i; t' p p W a o U m �j S r/ O J C N N N N I D \® x z S 'a 'A, N N F _Z N n Um "Zlai a W $ I , i < fnc~i w o ma m 'cS < 4 .4 n B B Q N g Zg�, S g E y( la Y F 2 y p p W E m ~ a F S 11 7 E W a 0 j x . d IN 2 4 m . zdiv d g j w �a ' °O[ B4 p$9 W«ZQZQ<<y v c� O N J T C�O F d�. Z S W O \N 6 1 Y f, D oi 2z Z O F IQ) JKKK K.. m W LL B B co N (q. W GF es a* L. F YN O v + Jk !'i x / U o 0 Q$ Z mE6. > @ S K K W N N l 90 ., a NI31SNf1218 VN313 4.8 NMVHa c O 0 E >-WCat onm.w.oWA m„mr aJV hm ' J w+nwuusvwar,omw.w.u.vuin cc� mZ. 'S 1. ' Y � S m 0� �"i'wWCL8 Qm a. o wgu .m ,ecT N=buff gNtil R.tr F. oO c2'� vH gt m:�-cE�aOM .� .2 8S cm $E wLL Qto� R� 4 —Q G $ ' i „,N stmgz;t1 F. m%REo8 g of t'a 8 m~ QO 2 H OD 1 D' ere f,2 m '.0 ,E� y2 Eo LLz H g c � 1n MN §g 1e6•2Lao a A SE Sig as.2 a a a�ma,•cmp m>`•cBSs EE 3� =m sa Hg o.� €m1m-mcm 8cm a� mE rnA 5- 00>x8.gm a . g-8 TQ C. C .0 W 6t 2 5,N�m a 10N r ocm U NO O =N F N='u,L.ra 0. l L m 7 a E ,i z .- N M V 6 f0 h r — s 3 1 W . a zR d ce .1 mat 0 WS D L ,r Im f Ix x au i o Z • . o AOL Z _____ OW 0 03 to s a t x W s 3 g OM 6 zz- CC3 a W a II W M i S �-cc -Na 6 .. No n § Q1Si E. 2 E ce 0 / 0 o W as 'v{ �O K f N = WF '- G YN W f g Q dW g Lii NJ _ 2 . U y Ogg CO = q p �, F- W F y Fi N O i , w N vv�� 9 y 2 'p Wg W a� F. U w Td' o c39 a ' p o �< D °dpi gRN J o � - ,d °d2 0 0z U z� w N �' H i z tli U 1g N N < z Nyyym w m zN J o W q W = p ' J II ® I� O O O N �- Z 0 Ar V w (�rUlj{ OM d' CJ x��jj oz Gw Wpa pp N ZQ�. 7'ua^} C JCc7 U a G WP NI31SNld8 VN313 IAB N Y80 c c ›.51.3umrwnaxruua.nri mr xarnw+ D 1 P O m 0, J W cvw+nu....r.wa. ..,,,a Q n 411111 O C 23N Z F" .UOVe,'1Hu1Ds,l uM m 2 "E 8 uWi� �R as — _� eq F a� i i 2 y £ p fW- Q`�o� \Ni o _O O �( �V c5 % o ism 0 Q wF c >-Q tt, .�£+� °.,„I, �'`JW = 7 .... m a°a a 2 U • o x Z N H z.qv.l`�, "t, , , ,- G7 V N E N Ns vg• N S 011 I-m WZ ,.;fa r3 17, e u union w Ir 6� �q•�8 e d �� Q O w� �l;\�o o < �.3q 0. Q; pLLp E I f g^ cmLe $ 3 Eo €c J= �0 �ts 4�, s 16.•._ Lett = O -II MI ;yrZ�'-8°� g� ��m 8 R' 0`���G QR°e Z� Q N °d m t 0Y spE ac y!Za co Oct JO "1 _ oa .9-Eli m 8s 43 173 �8 Ee8 2 `, OZ N 11► iro 1g @ 8'g m 6 § k• ., t 20 8g `mmA y 2� 3:`a sdE .1 w§g9�� m '`� of d O. `a':146_:.mgN mE 1c €n`Ym rg•E .6v �m=mO g �� m ¢dN Ntzf o N 0m°, IF 0 `-.8 geVZEt a tic In8 6:20E Li).?.. A H Z .- (V6 V ui ui r CJ w U R w 8 d y Q W S N} g _.w dc O 3, 5 ecg0 WIN g 23 0ow a g �`� a O 6 X .001, 1 ..�._ X I X •I X 1 OS N } �\ a a N a �\ Mil ,. \ a h ___ aiii r _� a - 1 I / a 41111 , x P YY x Y vs 0 at pp gQ O C a 6 O 5 mo aro occ g A o UMW a c� cotilli Q '2 § § § g e x A q g = a s Et-, 4 a U w ti * E, n - g - z o o n o o a �LL $ 3 S U5. LL w 411111 i b3 n 8 i = 'w 9 A d IL i 22< 1 N a N r z Q Z '4'A n N A W > w N a H co o g s s s W z u, N p p u� MO Hw O wZ uz d w �� g to N N U I-- y yQ a O 1N Q iE W ,y D. E . — tJ N f N 0 N NN fn W 1V V W u"' � a °dam-// II Q g '. a i'E. o " Z a o a $ a i t K Zq Z z in w uc�LI.S^ n �n n 1 i2 m 2 0 i aI Fg, 2i t� N N13ISN11219 VN313 4.11 NMV80 OW y m ›.4) .1eawarran®.run2aavwmmv'MM.( w 9 N — J W WV nfu AVCOVRI. awlMMILIMI W 2 o 0 oi H t 3 °o co — O N o 0 0 �t E°f0 ma =W �,�El 8a�y OV F e v C0 f=8 �- • o �' �'_ Gra n �- •Q Q tioe W W 6 t 8 mM °11 IEE MO g 9 § Wa EE W Z � a 4" •l�W n h < <� VO! �+ _O Q t� cc' OO o '.,; No o p, B rn ..8=_= mo QW �� d �� %• iii�W y �! . CD c �m �❑ J tp O ��B , . i_ W s Z. to )p cam_ c QD 00 OQ� - Z0. q y IN 2 tE a Oo 7f1y p� L �; a �C4 ; J49 i?CA C m_ � DI E EEO 'EE n�co E °�� OZ I N �1► Jc 79 -Sc�' H�0 ice+ CO<11 •5� �O N 2 al y a A 4= 2CE .5§3 F d u, a) LL ml� U. 8 o o Z r N M si N Y ila O 9p se 04 2 =3 d 6 a u6l Wci ^cc i d a 1-gym° 2 g 2 a 3 o X a go 1Z/'1 .-.. x x x N Q,.. N N N t.' — g 0 10-144-111 "A 0 0 ==''''='=" Z a W \ O i aO �"y � n o o � /////I/,� / ..... ." .., ''- 0 ii N _., ./1 f� ® 0 0 0 ® ® %" r W ''-'---- 7 0 T = W ONON II — —\ 1:- a 4111111x i il ® :N. X a g Wz O e3a as 2 2 g 'c Y fr 6 ( co 6 aS a tiro e W M M 44 M — S $ W 0 P a O 0 MN c) W a E 8 g 1 g o cc x 2 2 2 o 0 2 6 s § § § z = w * z n N 9 $ i w 3 J O. g4 �j vs v n Er. 01 _ r ,� cOiy a �� a d 8 g Z Q MI _ Q T B g o o y i O Z I N N A g F Y y ` W V 7 Q o Ui i 99 (ffpZ 7o W > Z g cd Wa o �Q -i 8$ 8 i 8 w pp�,F, G C ti 0 . m Z Wfq 0 hi C 8 N — co i d°t Y NO A. g g.'"' Z Q _ w .s 7m y g 0w I- N W a n 1 N to Niy, =C x .� U 8 IL IJJ O7 O N y W o z S OW ¢ 1 '111 V 3 N 2 Z a RG vi AN x K K KW 7 P. X 0 R Q NI31SNf1T18 YN313 :AB NMVNQ r W *NV 102IaUlM 3111.1aNSCM11•LLIV IV yrr, z "°� �, cdD a 8 0eN� N 0 0 mW SSR 0,9, ZW t 4 WP 2 a s 2 Z N F. a M1y'f � d. d 1no 1. IIJII1 W zQ c� �] \�O c U OGoPoe�� ce VIM MOO .. NIW -L u' a. 0 . ,1 i 1 ® X81- j - - Q Z t l' I u.9 _ _ 009-_ \ 491a ® -' I v 8 owl • o • ., i •-H- 11 1 — m(0 8 a i m c1A i-in c-S e n o en bi I I 1i W� CO.@m cda m m MN 7 oma IE sz 1 1 1 I 1 �o a-1 fa III I — Wpb g. - c,II UN I I W2 ." M mLL �'1. Tip 4. aaafff E o c& 1 I a mSSt$• i. n 10 irk \ - - - - - - - / 1111 rn �@ S my fl toq o 1 o F MI V 0 2 cV ai si ui QM t1 \ _ _ _ _ _ _ _ L dl'a 1 li _ _ _ --;- ....,,... „. ,g„. __.__.=..____, ._ _ ,, 8.'6o Ry. LO L C� o N01 am tI ' ��3 1t/ lv5 �1 d@f � o 3 m +I aU y a 5ra E o IK { - III•I. co if Irl a a• * \ . Ns4s,! 40). Orn I i ® �° j zzI OS 1I J II Ill _ I I t , I 1 1 1 N9 � i I � I p 411110I ,,I III Z °W' W II ' IjI III W9 I l i j l I I I o a 3 III II 111 — F 7p7 I I I 11 o Z M IN2 ILI EA -- - - / i i 9 Ni31SNM18 VN313 :AS NMVNO - I V t }N I Isimawn crAYM NA*NoaV la1126 v 0 2 m J W +.nw+auauwaassvL�.aa.Msu1vn 0 n wane wuhind.r +afu1.1.22 au O Q a F-m z H ..rae,x«nusu nvravancw.o�vmw ' Y� ar co- 0 a OZ U al p O ! ��vava. m y anwvnu amv Y N 111 ce • E;�d E.F ° '-Q 4V"4 R ba4 o 03 i _g c t me {,• w_ N m O y V �ui$8 El! x €u- ZN F,fir N a E d ill N 4m �m as WZ ; a y < WW 0 cc � d¢ �`� � a w �� pp o ` er- z a 0:a C S Em E m•°� � a y y O F Q W d ca. 0 4a,�S WD EA v _,.cd c > AO _1 co O �s 5 f,0 te 0 .... , 8• 'O8w $8e�E �3 OQ' P��AG P��4� a Zy N cll. MB m � �g s W -J pLL 2 Y 3 .. 2.'02260:E 0 lir a.g_ of 2V 0Z tJ (I ✓ i f 9 @ € t 2a= Da� •y.s .y0� Y. O Q2 E34 t2gA3 4i. LLAT z .- ci ai v Px O I" X3op 4 a N N N N W H N s R si X N O W _ _ N o ❑ u� . . a W `� a a a f = fj w v f U_' 0 ca U' 444 S 'a 2 ami. .'3 2 OY z w Y 6 O 6ir g z pWwFp ❑o Yc`1 z ,.4 (� _ 'N a' U $ F u, V w t0 RRd Q< C 16' w❑ O WN w �.. z < N o >0 " lT� 9W1p, OZ Xgh a ff y3 '2 V N0 =m N w E! <2 0 11 �V \\,\\\\: OpS ❑ Wp = ❑ ami O� Za ca y` N Q �4 E (� a y� N 10 N R�dd' `�' y = a 9 oz K R KK 5 d �< C� w a O aU ❑F.-. V . N U❑3 IMO �pn fop LA' �!F! O W.- u1 �O Cf i�f N 01 V N U N Z Q c; W'R �i9 O�N N 6 $5e tllt J ",� J11 h N ill R 4 b EAN z NF ,2 4R } _� 6 En t� _ {0l1 E.a po Y� OJI— P I- 0 'u A E N g z F N t9 N N w VV O n a a \ W Nr•S ' \6 I IL N / a Secw i3 amo = w I.. X N u________-)J / �� q a go a a a a i $ F903=2 — 7 33 O d v 0 ..;N W _�. LL 068 8x FVN t> ❑ 4 83li2 � a o f oa r MI ui K z ff CO U Su_ u O X I m y d � p UU X 6'� " s MI t Q = Io K = 3C 0 El!B o a NaO N W a W 0 1100 a o ° IJ N131SN1NS VN313 :AH Nmvaa IN am -lar.r.onm.nax.'.i mr wuma Q MI s.vw uaauexaassn..oIay.x.vu arna 0I� 9 N. C f0 N Q xC�a Vourrgrrbmnwraperwava..n V 4 E —WI m u.g ..:ro.,n.oaa..u �0,M Z 4 o?� .�Ft� o n k< z z Zyt$R baa! — t9Z F o Viii in: Dkj IL OIL %1- � , _�o//o 2 5ta Q y +w Oililifli:.. FO z O Z N M Km K o Z (8." ON Z 0 1 1 i v f I = Z ZAli i> _.�Q..-.-i O N \\ Q O F m F IN w Fpp oli. F--W w O F- H Z NWm o Z 4 9 � < g opo "Fa Pg 0 �� $ EI�v13 '� ma 90 EFS = re6 N ULL U EN II ...,Z a. w w N a. Z ave Lu Y Qj 2 N 7. d- (7 aN > T 1 a L. df F J = z i, W F iii ;9 t 5 Z (..4iui MIS %;iti FaJr.p p aal-v ~ mw mm Z� io cc 9 lwlL� gg>. SCT K OLL U ZU O WU$ ZU_' a.. dg 9 o h H elf z z I' 41111N N >- G In..---- i rs f N 1 1 1 re I- > - ..: I KiMOI - Z Z i M RI m FO Fqw � aZ " m soOJ '\ hj Np Co LI- lo pp ZJ O� � q ,= a = 9 O > iii 1 CO Ili 11 an Na3A :A8 NMVaa dill L L L • Appendix A L Subsurface Utility Pothole Data -Speeial-Pwoisiens- L Il L L City of Renton-South 3rd St and Shattuck Ave S Intersection Safety Improvement Project July 2009 NM FF �•'5 +�Fr !rt I 1 9i ■ CfCU k b L2 1 f' -:` V � LL LL Y ' Y Y CI Y Y Y Y Y tLL it tr. Lit w t— iLL— y moEO U U UZ U U U U U UV z a CO¢ O OO OOOOOO N N oN LU 0o cs) z t» ciw _ w r QQR � � Q' QRp m _ wrna ' q msQfor Co O •± a 0 1 C.) a ' F- IIIII �W/ y l Y ....E'li: _ ::-e I ,, r » t 41 as O S C V CD t $ I t i'-'?' s F µ Co O O 1 t0 ! �D t t 1 t t tg' ! t ! ▪ q UHfi 1. [4: 45 ` 'n ti' ii:t'n; i 7 t 410 4CD 2 D M = H ' v dpi 4' q 0 H 5 u t CO 't'Al=�' $, ? t7 N CD 1 CD 1 O O 1� it t 1� a '1; a. N � 0'17 , 0 . } v I "a .r ea ▪ U > 06 > > ril 5 r"a a a 1— o > > > > > > > a P W c). W a a a a 1 t n`r y a 0.. a a a a a co .i COI U V Et k 11,15,1..,,,!.. t O $1"1 1, Cl) Q -J w SII 2 I� JI+J: i�4:�j^ I- N tY s 'Z,) O !a� �h'� ' d q.ly M �lL' q a 0 N O N et r+ ::k.,Dy : N. Co0et M <r : N N : : up1 li"f2 : : or a m u F-7. N '}.r �, r u u u u 7�, r co co 0.a'i) W /11 4i� �, 45Fi![�' 4i N Q �44.yy2 : 'Z° m I il k' 33 4 d a Ii 4,' p.-C "T CO N 1. W W F... f ; Co cn c' en O a) co 10 O tt �' r q e+ f... 0) O N CO CO,{l 1, r mh",::-1, It) d' !D In N et CO et N N CO Ti;'t;; N N ID CD '� 4' ( s a t` t� : 7 1j !j O a 1 h 3 ..."1 3 ,, s1 C.. .�.i M np € ° C ,y eY M hr'''' 11 Is O 'a a7 eT O i- O) CV O O t N r N O £ ��. N M ¢y N tt M N N N M r;,. N N V h pa a Ar G "'t J I yy ' .0 > R i" w iri ww sz cn O ca O W a W W O w O QN . !ft) en O ON Q rn ' Q 474 N Q N Z Z m gi a: a 00 a a = a a a z a z }mi r1' ° a N CO eT 8 i CO a) O r N M et Q• N Q co O O O e- NW tl.l Z 2 `p 'I 4,« 't' e- c- e- r r e- r a- { e- e- N N I- m w U 0.v "'" - I I'• „ < O _1O Nt X14;1 . ® --) O a " a) r o 0 a) 01= W O 0 of 0 a) a) O O 0 0 0 O O O) 0 a) O O. O O f-.'122.,.,t.$.'..: O O O O O O O O O O O O O O O O O O :s.-N O O' • t1,r'`; O O O O O 0 O O O O O O O O O O O N ;-N N N•! '1'p;. N N N N N N N N N N N N N N N N N 'aY T Q): , ' I -' a) a) O O O O O O O a) a) a) a) a) 0) D) a) a N N N N'ip it!; N N CO CO CO CO CO CO CO N N N N N N N N r 1). ID !D ¢D ¢D irl , a�1a.1 to CD ¢D 1D lD fD 10 C CD ¢D CD CO ¢D ¢D ¢D ¢D co ars =, •---- .1, 4/ --- 0 0 Z 8 •'-- .... ,,,r, w 0- cr--- OM . —JV 42> 0- ,..._.. , ... ---S --.' ‹ ow ....S 1 c,- 0 4110 :, ......... .. , F < 0 Z F ..' 1 cy) c -.7. I ' -I a °z a.D Ci) , IMO w 1 . w ...J I ' - l' .. . r''. R • F [1.z ,1 CO -.57 _..,0 ... IN , • a. 0 0 . •:. • a ; 0 Li i• V/7, LLJ D ,-- , ILi .hl 1 4of i I• 1 ,,--' ' \ i I i • A --------- \ :::....... i i i l, '1 g • ' 1-,--7,----, - , , -.:-..,tit?fig/P-• It, vri NIIIIIikh,. mro,- _ _._ _._. ., ,....,141.„.„,.. .,..; .,j. ___ T_______t_ 1,.. __. ci • i ..,..... 1 I_ _ .. „.., i(i-L.:T,--_-.:—, -- — T---woosesso" ------- , .0 ,1 \ .. • , , 1 10000 .... : Q ,. : .., I oniLVHS _ ....x.whimi F______ (.0 . MEI 4,,,.. .... c— ' "'IN • 1 . . . S .3AV NOI1J_I.VHS _J., '.I = „ 00+ 4 -4 c g , . __ sr "‘• ' 't4 MIS I 011, ......../.,. .-"-‘t < 010111PIN, . t A Orgs --:F.--*:',-.-___'--4:-_-...-,,i,--7--A,,,-.,,--;_,•:-.,..y.,, MO --.. .,;. Y4N ' • 7, Fr;;;";;\;\ 4s‘' N;::; •''''''1.4.711A1111h6__ tk_.....[2:HalEil-- ::::::::. ":•••=.-4?':e\ -----,z,'4z^...-.\-;_,... _.)z iiii `,7 .1 1E NI , L-----.< I. i , . 4 i R- al 1 rr" j , I' / ...-.. ; 4. r \ ; ! .. LI % V) : • 0) ' iii, , ! 1! u) • ii . '1, ,,..._. , i• -0 I : ! . . . . -41. .•-• . . , . 0 • , 1 <"----' i I '• deg • la MO • H - - 03 b - 1 v 10ail E ,0 o 1. j =9 7 W• ) sil 0 ( 1 111 v G.J t� �l cot.) 8i/J' ' /v - e � m;q • � 1 l�ti1 ) 1IZiI ® I ..jJ O ` ..m / � . y (fit r.-- v 4 r NIP ..;;: ' V \ ( M Ti w d'y ;r � ? - 1 S S 'S Q yyx MO m �' I, d M `Y_ k a �i eu a u,ccMI 0 in. s dIt ow '2 k , 0. :.;if, , •.;,..j., will 4 (•2 1' lam ✓ Lii 4t z 1 ea -I ib • d`' C j 1-- m - U a,.::. 'v err ` ii N.- ,„„p E.) ' ! .. s •�, O _ ,''' t ,, ,. TEST HOLE DATA SHEET . ` 4 �;' , APS Job 1986 Date: "0?i"`1i Applied <fa' ar Professional ComL, p_ `rte Services, Inc Potholer: Its -Thickness L ' inches. Utility type: �(.0 't2 de6 _ t `k (gas.water etc ) t4e a`bS£Kvl( � Jtility Size:Ca)4 inches Utility Material: PUL Soil Cond. , y L„ Pu C.... GOWL (I) as"o C ut.yI) Pipe Direction t circle one I Top of utility from grade 93 inches. -0(1— f__C.�C cE& 4`Jri AS. 1��� S �� 411W Bottom of utility from grade il inches. .1111) !{�©KA.+" SW &NE PLulam°• SE&NW Width of Structure if necessary:_ inches Additional utilities f and rn same location: s/ac Crew' Test hole# Lead am Utility Type ��P6 Tao•____ Bot._ Size Ut Material 1— rest holert 3 Assistant: mm Utility Type- tR Too:ON Bot:O(B Size:ot Ut Material WCL(' srr • q V ow ' ` !` • tie' 6 k> . `to;. )0 .0200, il5T-k al 8 5LeY° ,.. rc��' ti)) G. r.^ 41 tc"' 'o it GGde st'eet na, i s' .or^ ar'c',*. dtstarce to .`L! permarerr ^.garters & dtstarce to fcglir-e or z.erter'Ine l,, le sura !o include a descrotron cf each cerr,anent :parker `�4)0 t ry 'crown eulidirg address or side street address •n the /Iclrlty should be 'ncluded1 isi ''' i�i,, TEST HOLE DATA SHEET Asir to 4.,,,,,,,1::,::,..,,....l �, APS Job m ,q,?6 Date: 6 ZeZ iii. .4:.P,'; v Applied *AO %c• Ill Pf?fei l0l?at C".ri GV1G Cit Ser:icts, Inc Potholeg: 4( Asphalt Thickness 3 " inches Utility type Pt6Z igas water etc i Er Utility Size e -( y'J inches Utility Material: Qtly , Soil Cond. ,r,/ er P•pe Dirac:ion;,cir:e ore i Top of utility from grade J3 ircnes ar E & W • N & S Bottom of utility from grade: 3 7 i1* inches. all SW & NE SE&NW W:dth of Structure if necessary: inches Additional utilities found in sane location: Vac Crew Test hole Lead asr utility Tyoa -- ----- 1-3o _. ___ Bot._____.._ Size. __ tjt Material �� rest hole Assistant as ..rtility Type. Too: Bot. Size lit Material IIA 'u_e> lir ------7--/ AO ..:;::::1 -C1 - c 4( \ 1P 9DCf'.) �ji .7/ q . erc457' .ri r, tJv lJt' tii►3!: ::!<`;e si'??' -i--a. 3 ;Cr":-- 3:":),,,, �'.`st3r c ,c G ; .r. a.-eri -n ? dr<a'3 � ,iSi3r:;? :v 'Cgi+r@ :r :enter-ire a s..ro `o ncii,de. 3 "i esc' Oii.Cf �f eacr. ;err-ler:rt '"lar'-ca' / '<^c'Ain c4.11di^ ad-,'dr-as; or ;.ce V;-eel acd'ess r :re ,.c.". snci_l..' i ti • �''t'Y ` "" TEST HOLE DATA SHEET tar It ' r • i=. APS Job ; lietc,<Q,, Date. 4 r;12I� r,•..,1 UM Applied I'y. fi ti Professional e.- 9°t Ser.ic.,, Inc Potholer- 7 Asphalt Thickness -111 inches Utility type Zp • i;as.wateretc .>•r Utility Size: / t/ inches Utility Material: eepp Soil Cond-_21,c,ILY Pipe Direciicn; circle ore i Top of utility from grade ,3 7 incnes E&W I N& S Bottom of utility from grade jev) inches. irr SW &NE SE&NW 4/:dth of Structure if necessary-._ inches au/Additional utilities found in same location: `-/ac Crew rest hole rt"`r Lead �tiltly Tgca r).; Cot. S.ze Ut Material rest hole Assistant ' Jtility TypeTop: Bot. Size Ut Nlaterial 171.;1/t2 671-6'4-1 De. v • NW W w v dm `ltor d' 3 3` Cv, :starce tz 2 oormarerr T3rk er.i :;s;3r a '.v 'c Hre .'.r :antenna 3,.,re ro ncruie 3 1:esci ot.0:r :r escr :err avert .nare: y 4 C'' �•_tic q 3:;;rel i :z.r 5.r~e street aCdr•ess r :re r c.nrr irc Jd oe r.:. ded +rr TEST HOLE DATA SHEET !� J APS Job # /?ErCei Date: ?Jr/D- -©c7 40 rA:jtj;i� h Applied Professional (�e� 10 ti tor Services, Inc Pothole Asphalt Thickness /"1 inches. Utility type: 'V22 (gas.water etc► qtr Utility Size: )a " inches Utility Material: Soil Cond._i �r Pipe Direction(circle one ) Top of utility from grade: q 7 inches E& W tl N & S Bottom of utility from grade: ,rj / inches. +rw SW &WE SE&NW Width of Structure if necessary:_ inches atr �.a.o Additional utilities found in same location: Vac Crew rest hole# Lead. Utility Type___ -- Too:_ Bot:--- SSze Ut Material )r rest hole Assistant Utility Type. Top: Bet. Size: Ut Material rr A AN 40 OW r 1watLe.rs, \ 7 '' orctudest eel n -re'3 Ncdh arro5,5, d'starcee to .2 pernanert markers ,'`.istarce to rcgiine or :enter'Ine Be sure io ,nclude a descr,otton of each permanent marker / '<rcwn building address or 3,de street address r the ,c;nit1 should be included +rr yy • ti'1, TEST HOLE DATA SHEET Jl`�114� .,z..!.,.;,:.,:,..,,..,;., 1 �fi1L�. 1t ; ' ` if „... !z L ", 3.` +. : 1 I' ', APS Job ` e .� 1.,1;;� T 1��t�'!e Date: G, `3�--©`fi �. qt,.:),(0.,,,...i';01:4 Applied :,,u. 4 Pr-)Cessioi al Cone ft-kr, a we Ser.tces, Inc Pothole- q Asphalt Thickness 5€7 inches Utility type G OSS :yas.water etc ) MP Utility Size. el rt inches Utility Material: 5•r peci Soil Cond._5,, Ai P'pe Dirac::cn i cir :e ore I Top of utility from grade: L©0 inches ori9 t® + Bottom of utility from grade 4'4fr inches. ill SW & NE SE& 1`t'i'i Wedth of Structure if necessarj: - inches Additional utilities found in sane location: Vac Crew — y Fest holem is ,. Lead to --rte Litany type—1\zo---- 1_3c- ,t-ul1 8ot:,2" SIze'- 1r it Material ' �JC�.. Fest hoieg Assistant • 'tiIity Type. Top: Sot. Size Ut Material ilk% NS ©mss • v a ti qtr Je.G`` !\‘ - , It • ii ii 57h;r) e — V&A' 5.` 711 • .r' �) .- at 1 r $1)"-c. - .. . . ( 4---gY[ri^L qtr .r 1" _ t aln3r: Irc:t, a st-- - 'y r.a•3 '.cr ' 3"ter• :',';arca r 2 cermarerr ^-}ar'' er3 3, :list-arca :G 'Cglire ;1 z3rICnIre e 3.:r? .. nC'uice 3 2escr"5f:pr f ? rn ' e: 3C. rP_r avant ��ar<,. / 'c rc•.,'� ,,,ildirg 3:dreg 5 ;r 3.:';? itreet address r :r 'r'c.rit r src•.Id se r c::,ded imp TEST HOLE DATA SHEET II . .l. APS Job , 19(nom Date: tt-3c)-cs9 Applied r 1ti` Pr•lesionalvivo Sen,1:es, tnc Pothole : ( ; Tnickness (n inches Utility type Ptd �Z (gas water etc .r Utility Size 411`x5 inches Utility Material: j t Soil Cond. +a7 Qelcr� P•pe D'recacn; :gro:e ore ) Top of utility from grade 39 // Ircna3 arr ► l2 (-17i-013 Bottom of utility from grade. 6 " Inches. rrr 51.L& l t SE& Y/ 4'/,dth of Structure if necessarf inches additional utilities found in sane Iecat:cr: Vac Crew rest hole# ' Lead te j tVity ryc �'lt3?2 i�C ‘159 _ 8ot: y'.o, �,i> 4,11xY Ut Material rest holey k Z Assistant mittllity Type. 5'rz_ Too: l yrs act. ? �'� Sze 3'',r3 Ut Material Tlf 27'1 rep ,?f tr Ocir O r"ttlexi7r7'o� v arr � -Ji. Int 1 • arrS5 &Ci S -_ I J 1 I. or t ruhz kt - {fAst-tom ziy,t arr v) t +ar•<.-ir: _ ..�.. xrn3! -�r� s ,%;cr'" 3rr.O.i, 2 cern-a.-e`•; T'ar',er; t ::Ist3rca ,v :Cy;:re :r :erterire 33 i,.re ::, rc.`t,je 3 'escr oi.cn of escr. :er:^arert "Tarte. / <-c•r'" :�IlCv q address sr-?et address r it c•,'c Ce .rC::.Ced arm "''A TEST HOLE DATA SHEET — s :�A ,;L,,s s; ..)1I-,,. j ::! APS Job it tq 8.G Date: 6 -30 -o Q •s�y' 'i,p ' A?plie� ;td/ Profe sior:al r Services, tn.- Potholes: IL[ Asphalt Thickness t0 inches Utility type. .p1,012._ tgas water etc ; . +o Utility Size. t_L inches Utility Material: PVCs Soil Cond. Zoe-Ie._ P•pe Direction t circ:e re I Top of utility from grade: 3/ " trcnes la E& W C�i,< s) Bottom of utility from grade 3$11 inches — SW & NE SE&N'r'/ W dth of Structure if necessary: _ inches as — —.__ _ ,. Additional utilities found in sane location: Vac Crew -est hole# jei4 Lead No Utility ryoe ___o_yz IC-_.. r).; 7 8ct:64 3:ze-.3c2'3 Ut Material 'tJc Tash -est hole# Assistant at Utility Type Too: Bet. Size Ut Material NVt' lee} lia 1. Y 1. . C:==•-.44iiw Y 6. �zcr Ea .6 I — • d 43/ �� t 41 5 • ea 4111 1. .? V i �� St' ‘n 'n tlar.0 3 al s e V) al-3r, 'r:!. c eek ��' _ r rr i•„ J '� er r? I 't er ? r'c2 ., r er`t� _ it'. "3 � ;C 3 'S;3r:_. ... 2 Td r "'dr i � ;(SLB 'Cy'i�r. :r :z t.. 't, t= i.,re lc r•C!ule 3 :escr'oi+Cr' pc ?scizer-'anent rar'<e, % k:-.c.,,,,--, .7, iidtrq 3:;droS5 -dr s,Cc linnet eCdress r "i'e i'c,nit( irCL:ii. 0e r:;t;,cled ,,;: t" TEST HOLE DATA SHEET - Al . '' ` ,'ci:v. ,..::,..„/...,,,,:::.,..,..,,...,„lAPS Job # I � Date: L`t -di 'hpi Applied ile - iiieProiessional Services, Inc Pothole: (5 Asphalt Thickness 1-7 inches. Utility type: (gas.water etc ) a. Utility Size: inches Utility Material: ?V& Soil Cond. jr'r MI Pipe Direction t circle one ) Top of utility from grade' Q0 inches E&W ^� `1 IMO Bottom of utility from grade: cR l inches. err SW & NE SE&NW Width of Structure if necessary: inches Additional utilities found in same location: A }?t Vac Crew all est hole# 1 b Lead: .t. ‘t Jtitity Type s� Too- (5-01 Bct:3{ Ssze I __ Ut Material ( -11 rYtIAC ow est hole (,rJ « �� Assistant: Jtility Type. OU Too: Bot: Rl i Size: L�` Ut Material Ne., NA e., -TE-i----t. !- 7-U la IAC S t as rttwUke 140 i.‘ri,it ""' <5t-ayK AVS 5 aill ,#Jkk;le ' alik \brtdIaa 1.91 • A tK %0'6' I ow .41V44 v o '(sc&ofti ":411-----4-' 1 IP' .4, . , . \ c:2- iacetch `o include steel names; North acro',, distance to:2, per'marert markers 3. distance to foyane or center'Ine ,e sure to include a descro!lon of each. permanent marker `/YJ%k y 'know'n ouiding address or side street;address in the vanity would oe ncluded .x,,', '' 'I t TEST HOLE DATA SHEET - ,Irl l: I ts ! Lvr�„ 1 4 p� ' I i APS Job >r l L: Date: 6o—,Rei—of )jt — rely.-fyt" iii'rofessional Services, Inc. Pothole: n Asphalt Thickness 17 inches Utility type: MO (gas.water etc ) : Utility Size: inches Utility Material: ,i;.i Sac Soil Condt?'jD Ra d( rr Pipe Direction(circle one I Top of utility from grade- (3 \ inches alb a GOP Bottom of utility from grade 1 inches. °lig SW &NE • SE&NW Width of Structure if necessary:_ inches Additional utilities found in sane location' Vac Crew �'�� -�-s rest hole# l e Lead. Utility Type 31% T3p'_.c Bot: b Size- t . Ut Material tAJ IA A4 rest hole# c -� tr • Assistant: mil Utility Type: H-10 lop: o� Bot: v 0 Size: 8 Ut Material `1.-14, w as - • ,‘ A - • •. • wsel° . J .. ilt ketcfui;Irciude stret name, 5' Nerth arrow d;starce to i2; permarert markers & :isterce to !cggi r'e .or,senlertlr:e 1 � Re sure 'o Include a description of each permanent Tartar4.1 /r- +ny ,one -1 c!Jiiding address or side street address .n the vicinity anoutd be included i• r 1 ;;r;,.1,. .,,„.,..,:„.„..4, TEST HOLE DATA SHEET 5 ` t ,•, APS Job# tDate. 4^aR-D eV applied 41;.'' _ _®o . '""rofessional iervices, Inc Pothole: a 1 Asphalt Thickness 1 1 inches. Utility type: f (gas.-water etc 1 wfr � I Utility Size: a inches Utility Material: D� Soil Conde t NIB Pipe Direction t c+rc:a one ) Top of utility from grade' Com/ incnes E& 4V /� N & S Bottom of utility from grade: b inches. r. SW &NE SE&NW Width of Structure if necessary: inches mis Additional utilities found in same location: Vac Crew Nest holt# Lead. �n Utility Type T)o__—_ Bot: Size. . Ut Material r l vPtc ,,Nest hole# Assistant: • Utility Type. Tap. Bet: Size: Ut Material tOt C i s alrinae.4 tai, S , --® cplo O d c t,k 5' , ,, _____G, iii Q ' IP Ilu � << lot, 1e g r M1 tut3 I- to IlD ci 10 \T Sketch °C irCit,de si.'e2tr,a;;P.s ,^iCrit' arrC`r4 j'sidhC2 :c ''Zj permarert rear'<er � :IS(arCe EG `G +ne Cf �?r+ter!Ine Be sure °o tnciude 3 ieScr:Ct+Cr of each ;..er,'%-'•anent marker - +a. Arl,/ trcw^ cuilding address Cr side street address :n the r,c+n+ty should be Included 1 Po