Loading...
HomeMy WebLinkAboutDuvallAveNE_Vol1_2021-03-31_CFBrevProjectNo.:TED4004100ContractNo.:CAG-20-065ContractProvisions—BidSetAwardAmount:AwardDate:AwardTo:DuvallAvenueNEGeneralBidInformation:BuildersExchangeofWashington,Inc.(425)258-1303CityContact:FloraLee,PE,PTOE(425)430-7303ConsultantContact:CindyClark,PE(253)604-6739ApprovedforBidityofRentonApprovedforConstructionFundedinpartbytheWashingtonStateDepartmentofEcologyVolumelof2Preparedby:PublicWorksDepartmentTransportationSystemsDivisionRentonCityHall—SthFloor1055SouthGradyWayRenton,Washington98057Date:CityofRentonDate:DEPARTMENTOFECOLOGYStateofWashingtonPublicWorksDepartmentTransportationDivision February 2021 Parametrix No. 214-1779-045 Duvall Avenue NE Contract Provisions – Bid Set Project No.: TED4004100 Contract No.: CAG-20-065 Prepared for City of Renton Public Works Department Transportation Systems Division Renton City Hall – 5th Floor 1055 South Grady Way Renton, Washington 98057 Prepared by Parametrix 1019 39th Avenue SE, Suite 100 Puyallup, WA 98374 T. 253.604.6600 F. 1.855.542.6353 www.parametrix.com CITATION Parametrix. 2021. Duvall Avenue NE Contract Provisions – Bid Set. Prepared by Parametrix, Puyallup, WA. February 2021. TABLE OF CONTENTS City of Renton 214-1779-045Duvall Avenue NE Contract Provisions i February 2021Bid Set – Project No.: TED4004100 Table of Contents CONTRACT PROVISIONS - VOLUME 1 LEGAL DOCUMENTS I.CALL FOR BIDS II.INFORMATION FOR BIDDERS 1.INFORMATION AND CHECKLIST FOR BIDDERS 2.SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3.SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON III.PROJECT PROPOSAL 1.* PROJECT PROPOSAL 3.* SCHEDULE OF PRICES 4.* NON-COLLUSION DECLARATION 5.* SUBCONTRACTOR LIST 6.* PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THEPROJECT 7.* CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE –RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS 8.* PROPOSAL SIGNATURE PAGE 9.* PROPOSAL BID BOND IV.AGREEMENT FORMS 1. AGREEMENT 2. CONTRACT BOND TO THE CITY OF RENTON 3. FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION SUBMIT WITHIN 10 DAYS AFTER NOTICE OF AWARD. V.CONTRACT SPECIFICATIONS 1.SPECIAL PROVISIONS APPENDICES A – PREVAILING WAGE RATES B – GEOTECHNICAL SOIL LOGS C – PERMITS D – RENTON STANDARD DETAILS AND WSDOT STANDARD PLANS E – FRANCHISE UTILITY PLANS AND STANDARDS F – INADVERTENT DISCOVERY PLAN * SUBMIT AS PART OF THE BID. CONTRACT DRAWINGS (UNDER SEPARATE COVER) - VOLUME 2 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions ii February 2021 Bid Set – Project No.: TED4004100 Table of Contents This Page Intentionally Left Blank Legal Documents CAG-20-065 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-1 February 2021 Bid Set – Project No.: TED4004100 Call for Bids CITY OF RENTON Duvall Avenue NE Project Project No. TED4004100 CALL FOR BIDS Sealed bids will be received until 1:00 PM, Monday, April 26, 2021, at the lobby of Renton City Hall, 1055  South Grady Way, Renton, WA 98057.  All supplemental documents, that are allowed to be submitted  after this date and time, shall be received at the lobby of Renton City Hall. Sealed bids will be opened and  publicly read via Zoom video‐conferencing web application at 1:00 PM, Wednesday, April 28, 2021.  Any  bids received after the published bid submittal time cannot be considered and will not be accepted.  • The bid opening meeting can be accessed via videoconference by:  • Clicking this link to join the Zoom meeting:   • https://us02web.zoom.us/j/88405820780?pwd=S1c4VEVuWHo3L0NtVlhHUzdyZDFtdz09  • Using the Zoom app: Meeting ID: 884 0582 0780; Password: 602856;  • Via telephone by dialing: 253‐215‐8782,, 88405820780#,,,0#,,602856#  • Zoom is free to use and is available at https://zoom.us/.  Approved 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 bxwa.com; Posted Projects;  Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in  order to receive automatic email notification of future addenda and to be placed on the Bidders List).  Contact Builders Exchange of Washington at 425‐258‐1303 should you require further assistance.    The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.  2000d to 2000d‐4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A,  Office of the Secretary, Part 21, Nondiscrimination in Federally‐Assisted programs of the Department  of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure  that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises  as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation  and  will  not  be  discriminated  against  on  the  grounds  of  race,  color,  national  origin,  or  sex  in  consideration for an award.  It is anticipated that this project will be funded in part by the Washington State Department of Ecology.  Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any  contract or any subcontract resulting from this solicitation for bids.   The improvement for which bids will be received is described below:  Construct the Duvall Avenue NE. The work includes but is not limited to: excavation; grading; removal of  pavement; planing pavement; paving with asphalt; curb and gutter; drainage; illumination; HAWK signal;  sidewalk;  walls;  adjustments  to  utility  frames,  grates,  and  covers;  water  system  improvements;  undergrounding utilities; property restoration; and all other work necessary to complete the Work as  specified and shown in the Contract Provisions.          Jason A. Seth, City Clerk  Published:     Seattle Times & Renton Reporter (online):  4/5/21 & 4/12/21  Daily Journal of Commerce: 4/6/21 & 4/12/21  City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-2 February 2021 Bid Set – Project No.: TED4004100 Information and Checklist for Bidders This Page Intentionally Left Blank City of Renton 214-1779-045Duvall Avenue NE Contract Provisions LD-3 February 2021Bid Set – Project No.: TED4004100 Information and Checklist for Bidders INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1.Special Project Information. The Contract Documents, including Standard Specifications,and all applicable laws and regulations apply to this project. The following items particular tothis project are repeated here for emphasis: a.Prevailing Wages. This project has does not include federal funding. Therefore, onlyState Prevailing Wages must be paid on this project. The Prevailing Wages in effect attime of Advertisement are provided in Appendix A. It is the Bidder’s responsibility to obtain wage information for any work classifications that are not included. 2.Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shallrequest the explanation or interpretation in writing by the close of business five (5) businessdays preceding the bid opening to allow a written reply to reach all prospective Bidders beforethe submission of their Bids. Oral explanations, interpretations, or instructions given byanyone before the Award of Contract will not be binding on the City of Renton. 3.If a bidder has any questions regarding the project, the bidder may either: •Submit questions in writing to Renton City Hall – Transportation Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Flora Lee, or •Submit questions via e-mail: mailto: FLee@Rentonwa.gov. Put “Duvall Avenue NE” inthe subject line. No other type of inquiry will be accepted. 4.All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will beoffered for oral explanation except as the City of Renton may request further information onparticular points. The bidder shall, upon request, furnish information to the City of Renton asto their financial and practical ability to satisfactorily perform the work. 5.The construction contract will be awarded by the City of Renton to the lowest responsible,responsive bidder. The total bid amount of all schedules combined will be used to determinethe low bidder. 6.The City of Renton reserves the right to reject any and all bids or waive any and/or allinformalities. 7.Payment for this work will be made in cash warrants. 8.Bidders are not required to be in possession of a current City of Renton business license inorder to bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of a current City business license while conducting work in the City. 9.Bidding ChecklistEach bid must be submitted in a sealed envelope bearing on the outside the name andaddress of the Bidder, and the name and number of the project for which the bid is submitted.It is the responsibility of each bidder to ascertain if all the documents listed below and in the City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-4 February 2021 Bid Set – Project No.: TED4004100 Information and Checklist for Bidders Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time that bids are due. The following documents shall be submitted with the bid. a. Project Proposal Cover Sheet – The form included in these Bid Documents must be used; no substitute will be accepted. b. Proposal – The form included in these Bid Documents must be used; no substitute will be accepted. c. Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. d. Non-Collusion Declaration – The form included in these Bid Documents must be used; no substitute will be accepted. e. Subcontractor List – This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and complete the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. f. Proposal for Incorporating Recycled Materials into the Project – The form included in these Bid Documents must be used; no substitute will be accepted. g. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts – This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete, print and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. h. Proposal Signature Page – The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. i. Proposal Bid Bond – The form included in these Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. City of Renton 214-1779-045Duvall Avenue NE Contract Provisions LD-5 February 2021Bid Set – Project No.: TED4004100 Information and Checklist for Bidders 10.Contract ChecklistThe following documents are to be executed by the successful Bidder after the Contract is awarded. a.Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder. b.Contract Bond – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc., and all applicable taxes. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. c.Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must be used; no substitute will be accepted. d.Certificates of Insurance – To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insured” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. 11.Department of EcologyIt is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-6 February 2021 Bid Set – Project No.: TED4004100 Information and Checklist for Bidders This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-7 February 2021 Bid Set – Project No.: TED4004100 Summary of Fair Practices Policy SUMMARY OF FAIR PRACTICES POLICY City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-8 February 2021 Bid Set – Project No.: TED4004100 Summary of Fair Practices Policy This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-9 February 2021 Bid Set – Project No.: TED4004100 Summary of Americans With Disabilities Act Policy SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-10 February 2021 Bid Set – Project No.: TED4004100 Summary of Americans With Disabilities Act Policy This Page Intentionally Left Blank City of Renton 214-1779-045Duvall Avenue NE Contract Provisions LD-11 February 2021Bid Set – Project No.: TED4004100 Project Proposal City of Renton Contract Provisions for Duvall Avenue NE ______________________________________________________________________________ PROJECT PROPOSAL PROJECT PROPOSAL Project Name: Duvall Avenue NE City Project Number: TED4004100 City Contract Number: CAG-20-065 Company: Address: Telephone No.: Fax No.: Total Bid Amount (All Schedules): $ City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-12 February 2021 Bid Set – Project No.: TED4004100 Project Proposal This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-13 February 2021 Bid Set – Project No.: TED4004100 Project Proposal PROPOSAL Duvall Avenue NE TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read and thoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of (check one)  bid bond, or  cashier's check (made payable to the City of Renton), or  postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Amount, is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 260 working days. Contract time shall begin on the first working day following the Notice to Proceed date. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-14 February 2021 Bid Set – Project No.: TED4004100 Project Proposal This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-15 February 2021 Bid Set – Project No.: TED4004100 Schedule of Prices SCHEDULE OF PRICES Duvall Avenue NE Corridor Improvements ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. SCHEDULE A – ROAD, DRAINAGE, ILLUMINATION Item No. Item Description Spec. Section Unit Quantity Unit Price* Extension A1 SPCC PLAN 1-07 L.S. 1 $ $ A2 MOBILIZATION 1-09 L.S. 1 $ $ A3 MIN BID REQ - TYPE B PROGRESS SCHEDULE $10,000 1-02 L.S. 1 $ $ A4 PROJECT RED LINE DRAWINGS 1-05 L.S. 1 $ $ A5 CONTRACTOR SURVEYING 1-05 L.S. 1 $ $ A6 ADA FEATURES SURVEYING 1-05 L.S. 1 $ $ A7 UTILITY POTHOLING 1-07 EA 25 $ $ A8 RESOLUTION OF UTILITY CONFLICTS 1-07 FA 1 $14,500 $14,500 A9 COVID-19 HEALTH AND SAFETY PLAN 1-07 LS 1 $ $ A10 OTHER TEMPORARY TRAFFIC CONTROL 1-10 L.S. 1 $ $ A11 TRAFFIC CONTROL SUPERVISOR 1-10 L.S. 1 $ $ A12 FLAGGERS 1-10 HR 3,200 $ $ A13 OTHER TRAFFIC CONTROL LABOR 1-10 HR 1,000 $ $ A14 CONSTRUCTION SIGNS CLASS A 1-10 SF 1,200 $ $ A15 PORTABLE CHANGEABLE MESSAGE SIGN 1-10 HR 8,200 $ $ A16 OFF-DUTY UNIFORMED POLICE OFFICER 1-10 HR 80 $ $ A17 SEQUENTIAL ARROW SIGN 1-10 HR 15,000 $ $ A18 CLEARING AND GRUBBING 2-01 ACRE 0.7 $ $ A19 REMOVING DRAINAGE STRUCTURE 2-02 EACH 9 $ $ City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-16 February 2021 Bid Set – Project No.: TED4004100 Schedule of Prices SCHEDULE A – ROAD, DRAINAGE, ILLUMINATION  Item  No. Item Description  Spec.  Section Unit Quantity Unit Price* Extension  A20 REMOVING STORM SEWER PIPE 2‐02 L.F. 230 $ $  A21 REMOVAL OF STRUCTURES AND  OBSTRUCTIONS 2‐02 L.S. 1 $ $  A22 REMOVING CEMENT CONC. SIDEWALK 2‐02 S.Y. 570 $ $  A23 REMOVING CEMENT CONC. CURB AND  GUTTER 2‐02 L.F. 1,200 $ $  A24 REMOVING CEMENT CONC. CURB 2‐02 L.F. 190 $ $  A25 REMOVING ASPHALT CONC. PAVEMENT 2‐02 S.Y. 1,230 $ $  A26 ROADWAY EXCAVATION INCL. HAUL 2‐03 C.Y. 6,80 $ $  A27 GRAVEL BORROW INCL. HAUL 2‐03 TON 530 $ $  A28 UNSUITABLE FOUNDATION EXCAVATION  INCL. HAUL 2‐03 C.Y. 400 $ $  A29 SUBGRADE PREPARATION 2‐06 S.Y. 15,000 $ $  A30 WATER 2‐07 MGAL 200 $ $  A31 STRUCTURE EXCAVATION CLASS B INCL.  HAUL 2‐09 C.Y. 330 $ $  A32 GRAVEL BACKFILL FOR WALL 2‐09 C.Y. 30 $ $  A33 CONSTRUCTION GEOTEXTILE FOR  UNDERGROUND DRAINAGE 2‐12 S.Y. 60 $ $  A34 ASPHALT PULVERIZATION FOR USE AS  RECYCLED PAVEMENT 4‐01 S.Y. 15,000 $ $  A35 CRUSHED SURFACING TOP COURSE 4‐04 TON 2,570 $ $  A36 PLANING BITUMINOUS PAVEMENT 5‐04 S.Y. 3,500 $ $  A37 HMA CL. 1/2 IN. PG 64‐22 5‐04 TON 7,400 $ $  A38 ROADWAY CORE 5‐04 EACH 10 $ $  A39 ASPHALT COST PRICE ADJUSTMENT 5‐04 CALC. 1 $20,000 $20,000  A40 JOB MIX COMPLIANCE PRICE ADJUSTMENT 5‐04 CALC. 1 $10,000 $10,000  A41 COMPACTION PRICE ADJUSTMENT 5‐04 CALC. 1 $10,000 $10,000  City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-17 February 2021 Bid Set – Project No.: TED4004100 Schedule of Prices SCHEDULE A – ROAD, DRAINAGE, ILLUMINATION Item No. Item Description Spec. Section Unit Quantity Unit Price* Extension A42 CONC. CLASS 4000 FOR RETAINING WALL 3A 6-11 S.Y. 250 $ $ A43 SOLID WALL PVC STORM PIPE 4 IN. DIAM. 7-04 L.F. 190 $ $ A44 POLYPROPYLENE STORM SEWER PIPE 12 IN. DIAM. 7-04 L.F. 2,910 $ $ A45 POLYPROPYLENE STORM SEWER PIPE 18 IN. DIAM. 7-04 L.F. 130 $ $ A46 POLYPROPYLENE STORM SEWER PIPE 24 IN. DIAM. 7-04 L.F. 70 $ $ A47 TR. 1 ST. STORM SEWER PIPE 12 IN. DIAM. 7-04 L.F. 10 $ $ A48 DUCTILE IRON SEWER PIPE 12 IN. DIAM. 7-04 L.F. 280 $ $ A49 CONCRETE INLET 7-05 EACH 1 $ $ A50 CATCH BASIN TYPE 1 7-05 EACH 23 $ $ A51 CATCH BASIN TYPE 1L 7-05 EACH 5 $ $ A52 CATCH BASIN TYPE 2 48 IN. DIAM. 7-05 EACH 2 $ $ A53 CONNECTION TO DRAINAGE STRUCTURE 7-05 EACH 11 $ $ A54 ADJUST CATCH BASIN 7-05 EACH 5 $ $ A55 ADJUST VALVE BOX 7-05 EACH 18 $ $ A56 ADJUST MANHOLE 7-05 EACH 5 $ $ A57 MANHOLE #33 PARTIAL REPLACEMENT 7-05 EACH 1 $ $ A58 TRENCH DRAIN 7-05 L.F. 50 $ $ A59 TREE BOX BIOFILTRATION UNIT 7-06 EACH 13 $ $ A60 FILLING PIPE WITH CDF 7-08 C.Y. 42 $ $ A61 SHORING OR EXTRA EXCAVATION CLASS B 7-08 S.F. 750 $ $ A62 TELEVISION INSPECTION 7-08 L.S. 1 $ $ A63 EROSION CONTROL AND WATER POLLUTION PREVENTION 8-01 L.S. 1 $ $ A64 SILT FENCE 8-01 L.F. 4,300 $ $ City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-18 February 2021 Bid Set – Project No.: TED4004100 Schedule of Prices SCHEDULE A – ROAD, DRAINAGE, ILLUMINATION Item No. Item Description Spec. Section Unit Quantity Unit Price* Extension A65 INLET PROTECTION 8-01 EACH 20 $ $ A66 SEEDING, FERTILIZING, AND MULCHING 8-02 SY 970 $ $ A67 TOPSOIL TYPE A 8-02 C.Y. 480 $ $ A68 PLANTS FOR LANDSCAPING 8-02 L.S. 1 $ $ A69 BARK MULCH 8-02 C.Y. 100 $ $ A70 SYNTHETIC TURF 8-02 S.F. 550 $ $ A71 IRRIGATION SYSTEM RESTORATION 8-03 L.S. 1 $ $ A72 IRRIGATION SYSTEM 8-03 L.S. 1 $ $ A73 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04 L.F. 4,600 $ $ A74 CEMENT CONC. TRAFFIC CURB 8-04 L.F. 160 $ $ A75 CEMENT CONC. PEDESTRIAN CURB 8-04 L.F. 145 $ $ A76 EXTRUDED CURB 8-04 L.F. 2,350 $ $ A77 CEMENT CONC. DRIVEWAY ENTRANCE TYPE 1 8-06 S.Y. 160 $ $ A78 RAISED PAVEMENT MARKER TYPE 1 8-09 HUND 11 $ $ A79 RAISED PAVEMENT MARKER TYPE 2 8-09 HUND 3 $ $ A80 CHAIN LINK FENCE TYPE 4 8-12 L.F. 30 $ $ A81 MONUMENT CASE AND COVER 8-13 EACH 2 $ $ A82 CEMENT CONC. SIDEWALK 8-14 S.Y. 1,810 $ $ A83 CEMENT CONC. CURB RAMP TYPE PARALLEL 8-14 EACH 11 $ $ A84 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTIONAL 8-14 EACH 1 $ $ A85 ELECTRICAL SYSTEM, COMPLETE 8-20 L.S. 1 $ $ A86 PERMANENT SIGNING 8-21 L.S. 1 $ $ A87 REMOVING PAVEMENT MARKINGS 8-22 L.S. 1 $ $ A88 PAINT LINE 8-22 L.F. 12,300 $ $ A89 PAINTED WIDE LANE LINE 8-22 L.F. 350 $ $ City of Renton 214-1779-045Duvall Avenue NE Contract Provisions LD-19 February 2021Bid Set – Project No.: TED4004100 Schedule of Prices SCHEDULE A – ROAD, DRAINAGE, ILLUMINATION Item No. Item Description Spec. Section Unit Quantity Unit Price* Extension A90 PLASTIC TRAFFIC ARROW 8-22 EACH 27 $ $ A91 PLASTIC CROSSWALK LINE 8-22 S.F. 500 $ $ A92 PLASTIC STOP LINE 8-22 L.F.240 $ $ A93 PLASTIC BICYCLE LANE SYMBOL 8-22 EACH 20 $ $ A94 PLASTIC TRAFFIC LETTER 8-22 EACH 8 $ $ A95 TEMPORARY PAVEMENT MARKING - SHORT DURATION 8-23 L.F.31,500 $ $ TOTAL FOR SCHEDULE A = $ *NOTE: The Unit Prices include all taxes paid, per section 1-07.2(1) and WAC 458-20-171. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-20 February 2021 Bid Set – Project No.: TED4004100 Schedule of Prices SCHEDULE B – WATER MAIN Item No. Item Description Spec. Section Unit Quantity Unit price* Extension B1 MOBILIZATION AND DEMOLITION (NOT TO EXCEED 10% OF TOTAL OF BID SCHEDULE B) 7-16 L.S. 1 $ $ B2 TRENCH SAFETY SYSTEMS 7-16 L.S. 1 $ $ B3 REMOVAL AND REPLACEMENT OF UNSUITABLE FOUNDATION MATERIAL 7-16 TON 150 $ $ B4 SELECT IMPORTED TRENCH BACKFILL 7-16 TON 1,265 $ $ B5 FURNISH AND INSTALL 6-INCH CL 52 WATER MAIN WITH RESTRAINED-JOINT FITTINGS AND POLYETHYLENE ENCASEMENT 7-16 L.F. 13 $ $ B6 FURNISH AND INSTALL 8-INCH CL 52 WATER MAIN WITH RESTRAINED-JOINT FITTINGS AND POLYETHYLENE ENCASEMENT 7-16 L.F. 30 $ $ B7 FURNISH AND INSTALL 12-INCH CL 52 WATER MAIN WITH RESTRAINED-JOINT FITTINGS AND POLYETHYLENE ENCASEMENT 7-16 L.F. 70 $ $ B8 FURNISH AND INSTALL 16-INCH CL 52 WATER MAIN WITH RESTRAINED-JOINT FITTINGS AND POLYETHYLENE ENCASEMENT 7-16 L.F. 740 $ $ B9 ADDITIONAL DUCTILE IRON FITTINGS 7-16 LBS 3,600 $ $ B10 CONCRETE FOR THRUST BLOCKING AND DEAD-MAN ANCHOR BLOCKS 7-16 C.Y. 27 $ $ B11 CONNECTION TO EXISTING WATER MAIN 7-16 EACH 4 $ $ B12 CUT AND CAP EXISTING WATER MAIN AND ABANDON EXISTING WATER FACILITIES 7-16 EACH 2 $ $ B13 FURNISH AND INSTALL 6-INCH GATE VALVE ASSEMBLY 7-16 EACH 8 $ $ B14 FURNISH AND INSTALL 8-INCH GATE VALVE ASSEMBLY 7-16 EACH 2 $ $ B15 FURNISH AND INSTALL 12-INCH GATE VALVE ASSEMBLY 7-16 EACH 1 $ $ B16 FURNISH AND INSTALL 16-INCH GATE VALVE ASSEMBLY 7-16 EACH 1 $ $ City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-21 February 2021 Bid Set – Project No.: TED4004100 Schedule of Prices SCHEDULE B – WATER MAIN Item No. Item Description Spec. Section Unit Quantity Unit price* Extension B17 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY ON NEW WATER MAIN 7-16 EACH 2 $ $ B18 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY ON EXISTING WATER MAIN INCLUDING WET TAP BY APPROVED WET- TOP CONTRACTOR 7-16 EACH 6 $ $ B19 FURNISH AND INSTALL 1-INCH WATER SERVICE CONNECTION 7-16 EACH 1 $ $ B20 STORMWATER POLLUTION PREVENTION (AND TESC) PLAN AND IMPLEMENTATION 7-16 L.S. 1 $ $ B21 FURNISH AND INSTALL 2-INCH PERMANENT BLOW-OFF ASSEMBLY 7-16 EACH 1 $ $ Subtotal for Schedule B = $ Sales Tax (10%) = $ TOTAL FOR SCHEDULE B = $ *NOTE: The Unit Prices include all taxes paid, per section 1-07.2(1) and WAC 458-20-171. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-22 February 2021 Bid Set – Project No.: TED4004100 Schedule of Prices SCHEDULE C – UNDERGROUND UTILITIES Item No. Item Description Spec. Section Unit Quantity Unit Price* Extension C1 SPCC PLAN 1-07 L.S. 1 $ $ C2 MOBILIZATION 1-09 L.S. 1 $ $ C3 JOINT UTILITY TRENCH 8-31 L.F. 180 $ $ C4 LATERAL TRENCH 8-31 L.F. 1,150 $ $ C5 INSTALL VAULT - PSE TYPE 2'6"x2'6"x2'0" 8-31 EACH 2 $ $ C6 INSTALL VAULT - PSE TYPE 4'8"x7'0"x5'8" 8-31 EACH 4 $ $ C7 INSTALL VAULT - PSE TYPE 5'3"x2'3"x2'9" 8-31 EACH 1 $ $ C8 INSTALL VAULT - COMCAST TYPE 1'6"x3'0" PEDESTAL 8-31 EACH 1 $ $ C9 INSTALL CONDUIT PIPE - 2 IN. DIAM. - PSE 8-31 L.F. 30 $ $ C10 INSTALL CONDUIT PIPE - 3 IN. DIAM. - PSE 8-31 L.F. 270 $ $ C11 INSTALL CONDUIT PIPE - 4 IN. DIAM. - PSE 8-31 L.F. 3,280 $ $ C12 INSTALL CONDUIT PIPE - 6 IN. DIAM. - PSE 8-31 L.F. 220 $ $ C13 INSTALL CONDUIT PIPE - 4 IN. DIAM. - COMCAST 8-31 L.F. 180 $ $ Subtotal for Schedule C = $ Sales Tax (10%) = $ TOTAL FOR SCHEDULE C = $ *NOTE: The Unit Prices include all taxes paid, per section 1-07.2(1) and WAC 458-20-171. BID SUMMARY Total for Schedule A (Brought forward) = $ Total for Schedule B (Brought forward) = $ Total for Schedule C (Brought forward) = $ TOTAL BID AMOUNT = $ City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-23 February 2021 Bid Set – Project No.: TED4004100 Non-Collusion Declaration NON-COLLUSION DECLARATION City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-24 February 2021 Bid Set – Project No.: TED4004100 Non-Collusion Declaration This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-25 February 2021 Bid Set – Project No.: TED4004100 Subcontractor List SUBCONTRACTOR LIST City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-26 February 2021 Bid Set – Project No.: TED4004100 Subcontractor List This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-27 February 2021 Bid Set – Project No.: TED4004100 Proposal for Incorporating Recycled Materials into the Project PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-28 February 2021 Bid Set – Project No.: TED4004100 Proposal for Incorporating Recycled Materials into the Project This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-29 February 2021 Bid Set – Project No.: TED4004100 Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-30 February 2021 Bid Set – Project No.: TED4004100 Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-31 February 2021 Bid Set – Project No.: TED4004100 Proposal Signature Page PROPOSAL SIGNATURE PAGE By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. Date of Receipt 1 3 2 4 NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. [Signature of Authorized Official] * [Business Name] [Printed Name] [Address Line 1] [Title] [Address Line 2] [Date] [Telephone Number] * NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid may be rejected. NOTE: The address and phone number listed above will be used for all communications regarding this proposal. Type of business entity (e.g. corporation, partnership, etc.): City of Renton 214-1779-045Duvall Avenue NE Contract Provisions LD-32 February 2021Bid Set – Project No.: TED4004100 Proposal Signature Page State of Incorporation, or State where business entity was formed: WA State Contractor’s Registration # UBI # Industrial Insurance Account # Employment Security Department # State Excise Tax Registration # DUNS # The Surety Company which will furnish the required Contract Bond is [Surety] [Address Line 1] [Telephone Number] [Address Line 2] City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-33 February 2021 Bid Set – Project No.: TED4004100 Proposal Bid Bond to the City of Renton PROPOSAL BID BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] ______________________ of [address] ______________________________________________________ as Principal, and [Surety] _________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of the bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit: Duvall Avenue NE said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this ________ day of ____________________, 20______. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-34 February 2021 Bid Set – Project No.: TED4004100 Proposal Bid Bond to the City of Renton PRINCIPAL SURETY [Principal] [Surety] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or Surety Company: Telephone: Surety WAOIC # Surety NAIC # City of Renton 214-1779-045Duvall Avenue NE Contract Provisions LD-35 February 2021Bid Set – Project No.: TED4004100 Agreement AGREEMENT CONTRACT NO. CAG-20-065 THIS AGREEMENT, made and entered into this ________ day of _______________, ________, by and between the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as “City” and _______________________________________________, hereinafter referred to as “Contractor.” WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1.The Contractor shall do all work and furnish all tools, materials, and equipment for: Duvall Avenue NE in accordance with and as described in the attached plans and specifications, and the 2021 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation (WSDOT) and the Washington State Chapter of the American Public Works Association (APWA) which are by this reference incorporated herein and made part hereof and, shall perform any changes in the work in accord with the Contract Documents. The Contractor shall provide and bear the expense of all equipment, work and labor, of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in these Contract Documents except those items mentioned therein to be furnished by the City. 2.The City hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and furnish the same in accord with the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices at the time and in the manner and upon the conditions provided for in this contract The sum total of all progress payments is not to exceed the Total Bid Amount listed in the Schedule of Prices incorporated into this contract, unless the Total Bid Amount is amended by change order(s) prepared and executed in accordance with these Contract Documents. 3.The Contractor for himself/herself, and for his/her heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor in the contract. 4.It is further provided that no liability shall attach to the City by reason of entering into this contract, except as provided herein. 5.In the event litigation is commenced to enforce this contract, the prevailing party shall be entitled to recover its costs, including reasonable attorney’s and expert witness fees. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-36 February 2021 Bid Set – Project No.: TED4004100 Agreement 6. This contract is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed and original. 7. Third-Party Beneficiary: Partial funding of this project is being provided through the Washington State Department of Ecology Stormwater Grant Program. All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary of this contract, with full rights as such. IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the Mayor has caused this instrument to be executed by and in the name of the City of Renton the day and year first above written. CONTRACTOR CITY OF RENTON [Signature of Authorized Official] * Armondo Pavone, Mayor [Title] ATTEST [Business Name] Jason Seth, City Clerk [Date] * NOTE: Evidence of the signatory’s authority to sign the Agreement on behalf of the business entity shall be submitted. CONTRACTOR ADDRESS FOR GIVING NOTICES CITY OF RENTON ADDRESS FOR GIVING NOTICES Transportation Systems Division Renton City Hall – 5th Floor 1055 South Grady Way Renton, WA 98057 Duvall Avenue NE Contract Bond to the City of Renton TED4004100 2021 CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ______________________________ of [address] ______________________________________________________ as Principal, and [Surety] _________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound to the City of Renton (City) in the penal sum of $ ____________________________ Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, executors, administrators and assigns, successors and assigns, or person representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington. Dated at _____________, Washington, this ________ day of ____________________, 20______. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Contract No. CAG-20-065 providing for construction of the Duvall Avenue NE; the Principal has accepted, or is about to accept, the Contract, and undertake to perform the Work therein provided for in the manner and within the time set forth. NOW, THEREFORE, by executing this Contract Bond, a combined Performance and Payment Bond, Surety indemnifies and holds the City, its officers, agents and assigns harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract AND for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying City all expenses that City may incur in making good any default by Principal. FUTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that Principal: • Faithfully performs all provisions of the Contract and changes authorized by City in the manner and within the time specified as may be extended under the Contract; • Faithfully and promptly pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract; • Faithfully and promptly pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law; • Receives a written discharge from City, signed by the Mayor or by a duly authorized representative of City. Duvall Avenue NE Contract Bond to the City of Renton TED4004100 2021 No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Contract Bond. Surety, for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Contract Bond and notice to Surety is not required for such increased obligation. This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. Any provision of this Contract Bond conflicting with statutory or legal requirements shall be deemed deleted and provisions conforming to such statutory or legal requirements shall be deemed incorporated. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the Surety. PRINCIPAL SURETY [Principal] [Surety] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or Surety Company: Telephone: City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-39 February 2021 Bid Set – Project No.: TED4004100 Fair Practices and Non-Discrimination Policy Declaration FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation affirms and subscribes to the Fair Practices and Non-discrimination policies set forth by the law and by City of Renton policy, adopted by Resolution No. 4085. 2. That by signing the signature page of this Agreement, I am deemed to have signed and to have agreed to the provisions of this declaration. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions LD-40 February 2021 Bid Set – Project No.: TED4004100 Fair Practices and Non-Discrimination Policy Declaration This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions February 2021 Bid Set – Project No.: TED4004100 CERTIFICATION The technical material and data contained in this document were prepared under the supervision and direction of the undersigned, whose seal, as a professional engineer licensed to practice as such, is affixed below. ________________________________________ Prepared by Cynthia Marie Clark, PE ________________________________________ Checked by E. Charles Schott, PE, PTOE ________________________________________ Approved by Austin Roy Fisher, PE 3/31/2021 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions February 2021 Bid Set – Project No.: TED4004100 This Page Intentionally Left Blank Special Provisions City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-1 February 2021 Bid Set – Project No.: TED4004100 Introduction to the Special Provisions INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2021 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (***Ecology***) Project Specific Special Provision added by the Washington State Department of Ecology (***Renton***) Project Specific Special Provision added by the City of Renton Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • *** Standard Plans for the City of Renton, City of Renton Public Works Department, current edition, with the exception of City of Renton Standard Detail 117.1, which this project shall reference a previous version of this standard detail, which is included in Appendix D. • Public Rights of Way Accessibility Guidelines (PROWAG), current edition *** Contractor shall obtain copies of these publications, at Contractor’s own expense. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-2 February 2021 Bid Set – Project No.: TED4004100 Introduction to the Special Provisions This Page Intentionally Left Blank City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-3 February 2021 Bid Set – Project No.: TED4004100 Division 1 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of *** Construct the Duvall Avenue NE. The work includes but is not limited to: excavation; grading; removal of pavement; planing pavement; paving with asphalt; curb and gutter; drainage; illumination; HAWK signal; sidewalk; walls; adjustments to utility frames, grates, and covers; property restoration; *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-4 February 2021 Bid Set – Project No.: TED4004100 Division 1 Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-5 February 2021 Bid Set – Project No.: TED4004100 Division 1 Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Section 1-01.3 is supplemented with the following: District King County Water District No. 90. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-6 February 2021Bid Set – Project No.: TED4004100 Division 1 After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") *** 5 *** Furnished automatically upon award. Contract Provisions *** 5 *** Furnished automatically upon award. Large plans (e.g., 22" x 34") *** N/A *** Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1)General (August 15, 2016 APWA GSP, Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business *** 5 *** business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4(2)Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms Delete Section 1-02.5 and replace it with the following: (***Renton***) The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; a State of Washington Contractor’s Registration Number; Unified Business Identifier (UBI); Industrial Insurance Account Number, Employment Security Department Number and State Excise Tax Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-7 February 2021 Bid Set – Project No.: TED4004100 Division 1 The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal Delete Section 1-02.6 and replace it with the following: (***Renton***) The Contracting Agency will accept only those Proposals properly executed on the physical forms it provides, or electronic forms that the Bidder has been authorized to access. Unless it approves in writing, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped “Informational”. All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and 3. The Total Bid Amount (the sum of all extensions). 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The Bidder shall submit with the Bid a list of: 1. Subcontractors who will perform the work of heating, ventilation and air conditioning, plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and 2. The work those Subcontractors will perform on the Contract. 3. Shall not list more than one Subcontractor for each category of work identified, except, when Subcontractors vary with Bid alternates, in which case the Bidder shall identify which Subcontractor will be used for which alternate. If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-8 February 2021 Bid Set – Project No.: TED4004100 Division 1 Evidence of the signatory’s authority to sign the Bid Proposal on behalf of the business entity shall be submitted with the Bid Proposal. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and may be rejected. Section 1-02.6 is supplemented with the following: (January 7, 2019 WSDOT GSP, Option 6) Progress Schedule Minimum Bid A minimum bid of *** $10,000.00 *** lump sum has been established for the item “Min Bid Req - Type *** B *** Progress Schedule *** $10,000 ***.” The Contractor’s bid shall equal or exceed that amount. If the Contractor’s bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor’s total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. Add the following new section: 1-02.6(1) Recycled Materials Proposal (New Section) (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. *** Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected.*** Section 1-02.6 is further supplemented with the following new subsections: (***Renton***) 1-02.6(2) Certification of Compliance with Wage Payment Statutes (New Section) The Bidder shall submit with the Bid a completed and signed “Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts” document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section 1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected. The Bidder may use the form provided in the Bid Documents. The form is also available at http://wsdot.wa.gov/forms/pdfForms.html. The Bidder may download, print, complete and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in the Bid Documents, otherwise the Bid will be regarded as irregular and non-responsive and the Bid will be rejected. 1-02.6(3) Payment (New Section) The “Min Bid Req – Type B Progress Schedule $10,000” shall be measured and paid under the Section 1-08.3(5) of these Special Provisions and the Standard Specifications. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-9 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal Delete this section and replace it with the following: (***Renton***) Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-10 February 2021 Bid Set – Project No.: TED4004100 Division 1 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals Supplement Section 1-02.12 with the following: (***Renton***) The Contracting Agency reserves the right to postpone the date and/or time that sealed bids are due and the bid opening. Notification to all bidders of any change will be by addenda. 1-02.13 Irregular Proposals Delete Section 1-02.13 and replace it with the following: (***Renton***) 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; h. The Bidder fails to submit with their Bid Proposal, an original Bid Proposal Deposit in an amount equal to five percent (5%) of the Total Bid Amount, as required in Section 1-02.7; i. The Bidder elects to provide a Bid Bond for the Bid Proposal Deposit and does not submit or properly execute the Proposal Bid Bond form included in the Bid Documents, as required in Section 1-02.7; j. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-11 February 2021 Bid Set – Project No.: TED4004100 Division 1 k. The Bidder fails to submit or properly complete the Proposal for Incorporating Recycled Materials into the Project document, as required in Section 1-02.6(1). l. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contractors document, as required in Section 1-02.6(2). m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 3. A Proposal will be considered irregular and may be rejected if: a. The Bidder fails to submit with their Bid Proposal, evidence of signatory’s authority to sign the Bid Proposal on behalf of the business entity, as required in Section 1-02.6. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option A) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-12 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-02.15 Pre-Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-13 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of zero (0) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-14 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-15 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (December 10, 2020 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Standard Specifications, 6. Contracting Agency’s Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: (***Renton***) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer’s calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. The Contractor shall show in his progress payment application the amount of that payment that is attributed to each of the Bid Schedules. Add the following new section: 1-04.12 Contractor-Discovered Discrepancies (New Section) (***Renton***) 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 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-16 February 2021 Bid Set – Project No.: TED4004100 Division 1 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. 1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations From Plans and Stakes Section 1-05.4 is supplemented with the following: (***Renton***) Contractor Supplied Surveying Copies of the Contracting Agency provided primary survey control data are available for the bidder’s inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, retaining walls, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor’s responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day’s record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in “Definitions of Surveying and Associated Terms” current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-17 February 2021 Bid Set – Project No.: TED4004100 Division 1 The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish retaining wall horizontal alignments. 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish retaining wall top of wall profile grade. 5. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 6. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 7. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor. 8. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 9. Establish the horizontal and vertical location of all curbs, curb ramps, sidewalks and driveway entrances, placing offset stakes to the curb ramp points specified in the plans and curb flow lines at horizontal intervals not greater than 20 feet between specified points/flowline elevations. 10. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 20 feet in tangent sections and at 10-foot intervals in intersection/parking island radii with a radius less than 40 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 11. Establish intermediate elevation benchmarks as needed to check work throughout the project. 12. Provide references for paving pins at 20-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-18 February 2021 Bid Set – Project No.: TED4004100 Division 1 13. For all other types of construction included in this provision, (including but not limited to constructing channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 14. The Contractor shall collect additional topographic survey data as needed in order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly. If changes to the profiles or roadway sections shown in the contract plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope Stakes ±0.10 feet ±0.10 feet Subgrade Grade Stakes Set 0.04 Feet Below Grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on Roadway NA ±0.1 feet Alignment on Roadway NA ±0.04 feet Surfacing Grade Stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway Paving Pins for Surfacing or Paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) Storm Drainage Pipe Invert Elevation ±0.01 feet ±0.1 feet City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-19 February 2021 Bid Set – Project No.: TED4004100 Division 1 The Contracting Agency may spot-check the Contractor’s surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A-10.10-00. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal: “Contractor Surveying”, lump sum. The lump sum contract price for “Contractor Surveying” shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work as specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. (April 2, 2018 WSDOT GSP, Option 4) Contractor Surveying – ADA Features ADA Feature Staking Requirements The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, and grades necessary for the construction of the ADA features. Calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall build the ADA features within the specifications in the Standard Plans and contract documents. ADA Feature As-Built Measurements The Contractor shall be responsible for providing electronic As-Built records of all ADA feature improvements completed in the Contract. The survey work shall include but not be limited to completing the measurements, recording the required measurements and completing other data fill-ins found on the ADA Measurement Forms, and transmitting the electronic Forms to the Engineer. The ADA Measurement Forms are found at the following website location: http://www.wsdot.wa.gov/Design/ADAGuidance.htm City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-20 February 2021 Bid Set – Project No.: TED4004100 Division 1 In the instance where an ADA Feature does not meet accessibility requirements, all work to replace non-conforming work and then to measure, record the as-built measurements, and transmit the electronic Forms to the Engineer shall be completed at no additional cost to the Contracting Agency, as ordered by the Engineer. Payment Payment will be made for the following bid item that is included in the Proposal: "ADA Features Surveying", lump sum. The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all the Work as specified. 1-05.8 Vacant Section 1-05.8, including title, is replaced with the following: (***Renton***) 1-05.8 Contractor Provided As-Built Information It shall be the Contractor’s responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the Contractor’s responsibility to have his surveyor locate by centerline station, offset, and elevation for each major item of work done under this contract. Major items of work shall include but not be limited to: manholes, catch basins and inlets, valves, vertical and horizontal bends, junction boxes, cleanouts, side sewers, street lights and standards, hydrants, major changes in design grade, vaults, culverts, signal poles, electrical cabinets, bridges and structures. After the completion of the work covered by this contract, the Contractor’s surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one full size set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one full size set of white prints of the project drawings upon which he has plotted the as built location of the new work as recorded in the field book(s). This drawing shall bear the surveyor’s seal and signature certifying its accuracy. Payment Payment will be made for the following Bid items when they are included in the proposal: “Project Red Line Drawings”, lump sum. The lump sum contract price for “Project Red Line Drawings” shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-21 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-05.6 Inspection of Work and Materials Section 1-05.6 is supplemented with the following: (***Ecology***) The Contractor shall provide for the safe access to the construction site and to the Contractor's records by Washington State Department of Ecology personnel. The Contractor shall maintain accurate records and accounts to facilitate the Owner’s audit requirements and shall ensure that all subcontractors maintain auditable records. These Project records shall be separate and distinct from the Contractor’s other records and accounts. All such records shall be available to the Owner and to Washington State Department of Ecology personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-22 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-23 February 2021 Bid Set – Project No.: TED4004100 Division 1 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor, and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation With Other Contractors Section 1-05.14 is supplemented with the following: (March 13, 1995 WSDOT GSP, Option 1) Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: *** Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy – Power, Potelco, Inc.; Refer to Section 8-31 for relocation information. 2. Puget Sound Energy – Gas, InfraSource Construction, LLC; Gas main relocations have been constructed prior to this project. Relocated gas main is shown as existing in the Plans. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-24 February 2021 Bid Set – Project No.: TED4004100 Division 1 3. CenturyLink – Telecommunications 4. Comcast Cable – Telecommunications; Refer to Section 8-31 for relocation information. 5. City of Renton – Water, Storm Sewer, Traffic Operations, Telecommunications; Refer to Section 8-20 for coordination information. 6. Renton School District – Telecommunications; 7. Water District 90; 8. Private contractors employed by adjacent property owners. *** 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-25 February 2021 Bid Set – Project No.: TED4004100 Division 1 furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Supplement this section with the following: (October 1, 2005 APWA GSP) In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. (***Ecology***) Compliance with State and Local Laws The construction of the project, including all subcontracted work, shall conform to the applicable requirements of state and local laws and ordinances. Confined Space Confined spaces are known to exist at the following locations: *** Vaults and CB Type 2 structures *** The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-26 February 2021 Bid Set – Project No.: TED4004100 Division 1 The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the Contracting Agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency’s and Contractor’s workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. (May 13, 2020 WSDOT GSP, Option 4) In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented in these specifications, COVID-19 Health and Safety Plan (CHSP). 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-27 February 2021 Bid Set – Project No.: TED4004100 Division 1 Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation 1-07.4(2) Health Hazards Section 1-07.4(2) is supplemented with the following: (May 13, 2020 WSDOT GSP, Option 2) COVID-19 Health and Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 Working Drawing prior to beginning physical Work. The CHSP shall be based on the most current State and Federal requirements. If the State or Federal requirements are revised, the CHSP shall be updated as necessary to conform to the current requirements. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-28 February 2021 Bid Set – Project No.: TED4004100 Division 1 resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including State workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections. The Engineer (or designee) will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Engineer becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately (within 1 hour). The Contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. The Contractor shall satisfy the Engineer that the noncompliance incident has been corrected before the suspension will end. 1-07.4(3) Measurement (New Section) Section 1-07.4(3) is supplemented with the following: No specific unit of measurement for “COVID-19 Health and Safety Plan” will apply, but measurement will be for the sum total of all work and material required to complete the work described under Section 1-07.4(2) as supplemented in these specifications. 1-07.4(4) Payment (New Section) Section 1-07.4(4) is supplemented with the following: “COVID-19 Health and Safety Plan”, lump sum. The lump sum Contract price for “COVID-19 Health and Safety Plan” includes all elements to prepare and update the COVID-19 Health and Safety Plan. 1-07.5 Environmental Regulations 1-07.5(3) State Department of Ecology Section 1-07.5(3) is supplemented with the following: (***Ecology***) Protection of the Environment No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-29 February 2021 Bid Set – Project No.: TED4004100 Division 1 Inadvertent Discovery of Archeological Resources The contractor shall obtain a copy of the Inadvertent Discovery Plan from the Project Owner. The contractor shall keep a copy of the inadvertent discovery plan for the project on the work site at all times. The contractor shall immediately stop all work if human remains, cultural, or archeological resources are discovered in the course of construction. The contractor shall follow the inadvertent discovery plan in dealing with the human remains, cultural, or archeological resources. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: (***Renton***) The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) is attached in Appendix C for informational purposes. All contacts with the permitting agency concerning the below-listed permit(s) shall be through the Engineer. The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable bid items for the work involved. Copies of these permits are required to be on-site at all times. City of Renton – NPDES Permit No hydraulic permits are required for this project unless the Contractor’s operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contracting Agency has obtained coverage for this project under the Washington State Department of Ecology Construction Stormwater General Permit (NPDES Permit). A copy of the NPDES Permit is included in Appendix C for informational purposes. The Contactor shall ensure that all construction activities will not discharge pollutants to the waters of the State (including but not limited to the existing storm drainage system, ditches, wetlands, creeks, rivers, lakes and marine waters) nor cause any violation of any water quality standard. All contacts with the permitting agency concerning the Construction Stormwater Permit shall be through the Engineer. All costs to comply with the NPDES Permit shall be included in the applicable bid items for the work involved. After issuance, a copy of this permit will be required to be on-site at all times. The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. The permits can be obtained online at: https://edocs.rentonwa.gov/Documents/1/edoc/955825/Electrical%20Permit%20Application.pdf https://edocs.rentonwa.gov/Documents/1/edoc/955826/Plumbing%20Permit%20Application.pdf As noted in the information and Checklist to Bidders, the Contractor must be in possession of a current City of Renton business license while conducting work at the City. The license can be obtained online at: https://rentonwa.gov/cms/one.aspx?pageId=9824882 City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-30 February 2021Bid Set – Project No.: TED4004100 Division 1 1-07.7 Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995, WSDOT GSP, Option 6) If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor’s expense, make all arrangements for the use of the haul routes. 1-07.11 Requirements for Nondiscrimination Section 1-07.11 is supplemented with the following: (***Ecology***) Utilization of Minority and Women Business Enterprises All bidders are encouraged to utilize certified minority-owned and women-owned businesses to the extent possible in the performance of this contract. All prospective bidders or persons submitting qualifications should take the following steps, when possible. 1.Include qualified minority and women's businesses on solicitation lists. 2.Assure that qualified minority and women's businesses are solicited whenever theyare potential sources of services or supplies. 3.Divide the total requirements, when economically feasible, into smaller tasks orquantities to permit maximum participation by qualified minority and women'sbusinesses. 4.Establish delivery schedules, where work requirements permit, which will encourageparticipation of qualified minority and women's businesses. 5.Use the services and assistance of the State Office of Minority and Women's BusinessEnterprises (OMWBE) and the Office of Minority Business Enterprises of the U.S.Department of Commerce, as appropriate. All prospective bidders must provide a list of the MBE/WBE subcontractors they intend to use during the project. This list must be provided with the bid package. 1-07.13 Contractor’s Responsibility for Work 1-07.13(4)Repair of Damage (August 6, 2001 WSDOT GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruptionof work. City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-31 February 2021Bid Set – Project No.: TED4004100 Division 1 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities not potholed by the City in advance of the Contractor’s operations. The Contractor shall submit any potholing request to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer’s request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Potholing data shall include station, offset, depth of cover, utility size, utility material, and orientation of utility. The data shall be given to the Engineer at least 5 working days prior to trenching. Payment Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions: “Resolution of Utility Conflicts”, per Force Account. Payment will be made for the following bid item(s): “Utility Potholing”, per each. The unit contract prices for “Utility Potholing” shall be full pay for all work necessary to conduct potholing and provide potholing data, including excavation, backfill, and restoration. (April 2, 2007 WSDOT GSP, Option 2) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: *** Puget Sound Energy (PSE): The Contractor shall install the conduits and vaults per the plans and specifications. For Joint Utility Trench requirements, etc. see Section 8-31. Once the conduits and vaults have been installed for the entire length of the project and the installation approved by PSE, PSE will pull new wires, energize the entire new system, cut- over the new services and de-energize the old system. Work performed by PSE is anticipated to require 30 calendar days after completion and acceptance of the joint utility trench duct and vault system. The Contractor shall provide PSE a minimum of 30 working days’ notice prior to PSE’s working window. City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-32 February 2021Bid Set – Project No.: TED4004100 Division 1 Comcast: The Contractor shall install the conduits and vaults per the plans and specifications. For Joint Utility Trench requirements, etc. see Section 8-31. Once the conduits have been installed for each completed section of Joint Utility Trench and the installation approved by Comcast, Comcast will pull new wires and cut-over the new services within that segment of completed Joint Utility Trench. Work performed by Comcast is anticipated to require ten (10)working days after completion and acceptance of the joint utility trench duct and vaultsystem. These working days are in addition to working days allowed for other utilities to cutover to the joint utility trench and will immediately follow the PSE window. The Contractor shallprovide Comcast with a minimum 30 working days’ notice prior to Comcast’s working window. King County Water District #90 (District): The Contractor shall provide a full three working days advance notice for each connection which requires cutting of the existing water main or any work requiring a shut-down of the existing water main. The Contractor shall not shut down the existing water main during construction without written permission from the Engineer. The Contractor shall provide a minimum of three full working days (72 hours min.) advance, written notice to Engineer requesting permission to shut down the existing water main and the hours that the Contractor is requesting the shut down for. No permission will be granted for shut downs outside of work hours. The Water District reserves the right to reschedule the connection if the work area is not ready at the scheduled time for connection. Renton Transportation Maintenance (Signal Shop): Signal controller(s) and cabinet(s) shall be tested by City of Renton Transportation Maintenance Department at their shop located at 3555 NE 2nd Street Renton, WA 98056. Contact Eric Cutshall at (425) 430-7423 and provide at least one week lead time prior to delivery. The Contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the job site, and install. Allow three weeks for testing by the City. *** The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor’s use: *** Puget Sound Energy (power & gas) Contact: Glenn Helton (Gas), Glenn.Helton@pse.comCell: (425) 559-4647 Hong Nguyen (Power) Hong.Nguyen@pse.comCell: 425-449-6609 King County Water District No. 90 Contact: Joshua Drummond 15606 SE 128th Street Renton, WA 98059 Phone: 425-255-9600 Cell: 425-529-4190 Comcast Cable 4020 Auburn Way North, Auburn, WA 98002 Attn: James Cohn or James Martinjames_cohn@comcast.com or james_martin5@comcast.comPhone: 253-569-0636 or 253-508-9127 CenturyLink Communications 23315 – 66th Avenue South Kent, Washington 98032 Attn: Jesse Patjens Jesse_patigens@centurylink.com Phone: 425-429-5722 City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-33 February 2021Bid Set – Project No.: TED4004100 Division 1 Renton – Information Services (City-owned Fiber Optic) 1055 South Grady Way Renton, WA 98057 Phone: 425-430-6873 Renton – Traffic Signal and Sign Shop Contact: Eric Cutshall 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7423 ecutshall@rentonwa.gov Renton School District (District owned Fiber Optic) Contact: Steve Lewey 16250 NE 74th St Redmond WA 98052 Phone: (425) 936-1386 Renton – Water Maintenance Contact: George Stahl 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7400 gstahl@rentonwa.gov Renton – Stormwater Maintenance Contact: Nathan Nelson or Stan Job 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7400 nnelson@rentonwa.gov or sjob@rentonwa.gov *** *** The Contractor shall call the One-Number Locator Service – 1-800-424-5555 – at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor’s responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall coordinate his work with their work at no cost to the Contracting Agency. *** City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-34 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-35 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • *** Parametrix • DGK, Inc. • Gray & Osborne • Department of Ecology *** The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Third-Party Beneficiary: All parties agree that the State of Washington shall be, and is hereby, names as an express third-party beneficiary of this contract, with full rights as such. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-36 February 2021 Bid Set – Project No.: TED4004100 Division 1 Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-37 February 2021 Bid Set – Project No.: TED4004100 Division 1 Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (May 2, 2017 APWA GSP) Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. Section 1-07.23(1) is supplemented with the following: (February 3, 2020 WSDOT GSP, Option 2) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-38 February 2021 Bid Set – Project No.: TED4004100 Division 1 During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 40 mph 15 45 to 50 mph 20 55 to 60 mph 30 65 mph or greater 35 Minimum Work Zone Clear Zone Distance (***Renton***) Lane closures are subject to the following restrictions: The Contractor may use the traffic control plan provided in the contract plans, or may choose to develop modified traffic control plans. Should the contractor choose to provide a modified traffic control plan, it shall comply with the requirements of Section 1-10.2(2) of the Standard Specifications and follow the guidelines The Contractor shall submit the project specific Traffic Control Plan (TCP) to the Engineer for approval at least five (5) working days before the date of work. All traffic control plans MUST be approved prior to commencing the work. The TCP information and guidelines can be obtained online at: https://www.rentonwa.gov/city_hall/public_works/transportation_systems/operations/traffic/traffic_control_plans. Review, revision of the TCP may take up to 3 weeks. The Contractor is alerted that no work affecting traffic operations (including work in clear zones) will be performed until the TCP is approved. The TCP Submittal shall also include necessary phasing and sequencing diagrams to clarify the proposed order of work and work zones. Sample sequencing and Construction Channelization Plans are included in the Contract Documents which may be used as a basis for this submittal. However, Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the Contractor. Lane closures are not allowed on any of the following: 1. No closures are allowed at the Starbucks drive-through lane at any time throughout the duration of Construction. 2. A holiday, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-39 February 2021 Bid Set – Project No.: TED4004100 Division 1 3. A holiday weekend; holidays that occur on Friday, Saturday, Sunday, or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 4. After *** 2:00 p.m. *** on the day prior to a holiday or holiday weekend, and 5. Before *** 7:00 a.m. *** on the day after the holiday or holiday weekend. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Temporary Channelization Plans indicate the minimum number of lanes required for each phase of work. Additional lane closures will only be permitted as identified under ‘Special Roadway Conditions’ of this Section. 2. The Contractor shall maintain continuous two-way traffic along streets throughout the project site, except as specifically allowed under the ‘Special Roadway Conditions’ described below. 3. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks, and driveways. 4. All driveways shall remain fully open to traffic at all times except as necessary to permit curing of construction materials or for short periods of time as required for excavations as specifically allowed. See “Special Driveway Conditions” below for additional information. 5. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 6. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved shall be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 7. Detours will not be allowed except as noted herein. 8. Traffic Safety Drums with flashers in addition to temporary striping shall be used to channelize traffic through construction zones. Opposing lanes of traffic shall be separated by pylons when clearance for drums is not adequate. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-40 February 2021 Bid Set – Project No.: TED4004100 Division 1 9. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8-23 of the Standard Specifications. 10. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. In developing the Progress Schedule, the Contractor shall carefully consider the following restrictions to sequencing and scheduling of the Work. No additional payment shall be made to the Contractor from the Contracting Agency due to time constraints imposed by these requirements. Special Roadway Conditions At least one through travel lane in each direction shall remain fully open to traffic at all times except as specifically allowed in this section. The following closures will be allowed when approved by the Engineer and as indicated on the Contractor’s approved traffic control plan(s): Existing travel lanes on Duvall Avenue within the project limits may be reduced to the following typical minimum widths during construction of the project, provided they are indicated as such in the approved Temporary Traffic Control Plan: a. Curb Lanes: 10.5 feet. b. Interior Through Lanes: 10 feet. c. Left Turn Lanes: 11 feet (including precast traffic curb on one side). Special Driveway Conditions Except as specifically allowed otherwise in this section, the following conditions shall apply to all driveways within the limits of the project: 1. All driveways shall remain fully open to traffic at all times except as necessary to permit curing of construction materials, or for short periods of time as required for excavations as specifically allowed below. 2. At least one (1) driveway per parcel shall remain open at all times unless otherwise approved in writing by the Engineer and affected property owner. If a parcel has only one driveway, and no legal right to cross an adjacent parcel to access the affected parcel, then the Contractor shall construct the driveway one-half at a time or, with the Engineer’s approval, make other temporary improvements as necessary to allow suitable passage of vehicles. 3. Business owners and/or residents shall be notified in writing at least 2 working days in advance of any planned driveway closures. 4. All driveways shall be restored with permanent proposed pavement surfaces, metal plates, and/or cold mix asphalt and re-opened to traffic at the end of each work day. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-41 February 2021 Bid Set – Project No.: TED4004100 Division 1 Typical Daily Driveway Closures Up to one driveway per parcel may be fully closed during daytime off-peak traffic hours (9:00 a.m. to 3:00 p.m., seven days a week) for up to three (3) consecutive work days for each of the following construction activities when applicable to a given driveway: 1. Water main construction. 2. Storm drainage system construction. 3. Utility trench, including signal, illumination, and ITS utilities construction. Typical 4-Day Driveway Closures For each driveway requiring reconstruction by the project, the Contractor may fully close the affected driveway once during the duration of the project for a period of up to 4 consecutive days to allow for the Contractor’s construction of cement concrete pavement, cement concrete driveway entrance, HMA pavement, curbing, and other hardscape improvements associated with each affected driveway. Subject to the Special Driveway Conditions stated above, no more than one driveway per parcel may be closed at any given time. Additional Requirements 1. The Contractor shall provide a minimum of ten (10) days’ notice of closures utilizing Portable Changeable Message Signs at the closure location. 2. The Contractor, at his or her sole expense, may seek approval for extended or modified working hours. Such Plans must be approved by the Contracting Agency. 3. The existing lighting system shall remain operational until the new system is functioning. The Engineer may approve partial interruptions required because of staging. 4. Existing pedestrian access shall be maintained and the work, with the least possible inconvenience or delay, shall be limited to one corner at a time. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-42 February 2021 Bid Set – Project No.: TED4004100 Division 1 agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. Add the following new section: 1-07.28 Notifications to Public Relative to Contractor’s Activities (New Section) (***Renton***) Contractor shall notify the property owners and/or residents fronting the project, prior to commencement of the work, and submit to these agencies/individuals: 1. The name(s) of the construction superintendent in responsible charge, and other individuals having full authority to execute the orders or directions of Engineer, in the event of an emergency. 2. The time of the commencement and completion of work. 3. Names of streets or locations of alleys to be closed. 4. Schedule of operations. 5. Routes of detours where possible. 6. Planned utility shutdown times and locations. 7. Construction staging. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-43 February 2021 Bid Set – Project No.: TED4004100 Division 1 Notification shall be written, with a copy delivered to Engineer 5 days prior to the commencement of work on the project. Contractor must notify the same parties, in writing, of all changes to any of the above items during the project. The police, sheriff, Fire & Life Safety, Postmaster, bus companies, and emergency personnel must be notified at least 72 hours in advance of any temporary lane closures, detours, or driveway closures. Payment Payment for Traffic Control Plans shall be considered included in “Other Temporary Traffic Control”. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (New Section) (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (New Section) (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-44 February 2021 Bid Set – Project No.: TED4004100 Division 1 Add the following new section: 1-08.0(2) Hours of Work (New Section) (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than *** 5 working days*** prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll 1-08.1 Subcontracting (May 30, 2019 APWA GSP, Option B) Delete the ninth paragraph, beginning with “On all projects, the Contractor shall certify…”. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-45 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-08.3 Progress Schedule 1-08.3(2) Progress Schedule Types 1-08.3(2)B Type B Progress Schedule (March 13, 2012 APWA GSP) Revise the first paragraph to read: The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60-working days of the project. Revise the first sentence of the second paragraph to read: The Contractor shall submit five (5) copies of a Type B Progress Schedule depicting the entire project no later than 21-calendar days after the preconstruction conference. 1-08.3(5) Payment Section 1-08.3(5) is revised to read: Payment will be made for the following Bid item when it is included in the Proposal: “Min Bid Req – Type B Progress Schedule $10,000”, lump sum. The lump sum price shall be full pay for all costs for furnishing the Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total Contract Award amount. All costs for providing Type A Progress Schedules and Weekly Look-Ahead Schedules are considered incidental to other items of Work in the Contract. No payment will be made for Schedule Updates that are required due to the Contractor’s operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09.4. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-46 February 2021 Bid Set – Project No.: TED4004100 Division 1 Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. (***Renton***) Add a new Section 1-08.4(1) as follows: 1-08.4(1) Daily Notification of Planned Work Location (New Section) For each day work is scheduled to be performed, the Contractor shall contact and inform the Engineer of the location and the anticipated start time. 1-08.5 Time for Completion (November 30, 2018 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved 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. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-47 February 2021 Bid Set – Project No.: TED4004100 Division 1 Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP, Option 7) Section 1-08.5 is supplemented with the following: This project shall be physically completed within *** 260 *** working days. 1-08.6 Suspension of Work (January 2, 2018 WSDOT GSP, Option 2) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-48 February 2021Bid Set – Project No.: TED4004100 Division 1 The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates that the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, then contract time will be suspended upon physical completion of all critical work except that work dependent upon the below listed critical materials: *** traffic signal standard poles, streetlights, and stormwater filtration systems *** Charging of contract time will resume upon delivery of the critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, whichever occurs first. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented with the following: Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Because the Contracting Agency finds it impractical to calculate the actual cost of delays, it has adopted the following formula to calculate liquidated damages for failure to complete the physical Work of a Contract on time. Accordingly, the Contractor agrees: 1.To pay (according to the following formula) liquidated damages for each working daybeyond the number of working days established for Physical Completion, and 2.To authorize the Engineer to deduct these liquidated damages from any money due orcoming due to the Contractor. Liquidated Damages Formula LD = 0.15 C/T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-49 February 2021Bid Set – Project No.: TED4004100 Division 1 damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(1)General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, Option 2) Revise item 4 of the fifth paragraph to read: 4.Test results and scale weight records for each day’s hauling operations are provided tothe Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily Report, unless the printed ticket contains the same information that is on the Scaleman’sDaily Report Form. The scale operator must provide AM and/or PM tare weights for eachtruck on the printed ticket. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-50 February 2021Bid Set – Project No.: TED4004100 Division 1 1-09.8 Payment for Material On Hand The last paragraph of Section 1-09.8 is revised to read: (August 3, 2009 WSDOT GSP, Option 1) The Contracting Agency will not pay for material on hand when the invoice cost is less than $2,000. As materials are used in the work, credits equaling the partial payments for them will be taken on future estimates. Each month, no later than the estimate due date, the Contractor shall submit a letter to the Engineer that clearly states: 1) the amount originally paid on the invoice (or other record of production cost) for the items on hand, 2) the dollar amount of the material incorporated into each of the various work items for the month, and 3) the amount that should be retained in material on hand items. If work is performed on the items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any material will be rejected if found to be faulty even if partial payment for it has been made. 1-09.9 Payments (March 13, 2012 APWA GSP) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-51 February 2021Bid Set – Project No.: TED4004100 Division 1 The value of the progress estimate will be the sum of the following: 1.Unit Price Items in the Bid Form — the approximate quantity of acceptable unitsof work completed multiplied by the unit price. 2.Lump Sum Items in the Bid Form — based on the approved Contractor’s lumpsum breakdown for that item, or absent such a breakdown, based on theEngineer’s determination. 3.Materials on Hand — 100 percent of invoiced cost of material delivered to Job siteor other storage area approved by the Engineer. 4.Change Orders — entitlement for approved extra cost or completed extra workas determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1.Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2.The amount of progress payments previously made; and 3.Funds withheld by the Contracting Agency for disbursement in accordance withthe Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.11 Disputes and Claims 1-09.11(3)Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.9(1)Retainage (June 27, 2011 WSDOT GSP) Section 1-09.9(1) content and title is deleted and replaced with the following: Vacant City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-52 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Section 1-10.1 is supplemented with the following: (***Renton and Ecology***) This Work also consists of furnishing and installing temporary construction identification signing, sign removal, signal relocation, and refacing existing signs. Construction Identification Sign The Contractor shall provide, install, maintain, relocate, and remove two (2) 8-foot by 4-foot construction project signs as shown in Appendix D with City of Renton and the funding sources identified along with the project name. The Contractor shall submit a sample in the form of an 11-inch by 17-inch drawing to the Contracting Agency for approval prior to fabrication. The new signs shall have the most current City of Renton and Department of Ecology logos. The Contractor shall display Ecology’s logo in a manner that informs the public that the project received financial assistance from the Washington State Stormwater Grant Program. The specific content and exact field location will be provided by the Engineer at the preconstruction conference. The sign shall be installed within three working days of mobilization. Project signs shall be considered Construction Signs Class A. The signs shall be erected on 4-inch by 4-inch vertical wooden posts. The signs shall be maintained by the Contractor in good condition throughout the duration of the project and removed upon Physical Completion of the Contract, or when designated by the Engineer. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-53 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-10.1(2) Description Section 1-10.1(2) is supplemented with the following: (***Renton***) HAWK Signal Work During all times when the HAWK signal(s) at NE 12th Street and/or NE 10th Street is not fully functioning or temporarily inactive, the Contractor shall provide temporary signage communicating to vehicles and pedestrians that the HAWK signal is not active. The Contractor shall provide flaggers at the crossing to help pedestrians to cross while the HAWK signal. The Contractor shall obtain approved traffic control plans and coordinate with the City of Renton Transportation Maintenance Manager, Eric Cutshall, prior to any signal work The maximum duration of HAWK signal deactivation shall be no more than (1) one calendar day. Temporary traffic control related to the HAWK signal, as described above, shall be paid for as part of the Electrical System, Complete bid item. 1-10.2 Traffic Control Management 1-10.2(1) General Section 1-10.2(1) is supplemented with the following: (January 3, 2017 WSDOT GSP, Option 1) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-54 February 2021 Bid Set – Project No.: TED4004100 Division 1 1-10.2(2) Traffic Control Plans Replace Section 1-10.2(2) with the following: (***Renton***) When the Contractor’s chosen method of performing the Work in the Contract requires some form of temporary traffic control, the Contractor shall prepare and submit traffic control plan(s) that show(s) the Contractor’s method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, spotters, and other traffic control devices required to support the Work shall be shown on the traffic control plan(s). If flagging is proposed, the Contractor’s traffic control plan(s) shall show locations for all the required advance warning signs and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan(s) shall include appropriate illumination for the flagging station. Contractor-proposed traffic control plan(s) shall conform to the established standards for plan development as shown in the MUTCD, Part 6. The Contractor-developed plan(s), shall be provided to the Engineer for approval at least 10 calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer’s approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1-10.3 Traffic Control Labor, Procedures, and Devices Section 1-10.3 is supplemented as follows: (***Renton***) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours.1-10.3(1) Traffic Control Labor. 1-10.3(1) Traffic Control Labor 1-10.3(1)B Other Traffic Control Labor Section 1-10.3(1)B is supplemented with the following: (***Renton***) The Contractor shall arrange for uniformed police officers that are off duty to be present for the following: 1. For all activities within 150 feet of signalized intersections where the operation of the signal will be adversely affected. 2. Countermanding a traffic signal indication at a signalized intersection. 3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned off or inoperative. 4. For all other conditions where the Engineer deems it necessary for safety, including Work during hours of darkness. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-55 February 2021 Bid Set – Project No.: TED4004100 Division 1 The Contractor shall identify the use of uniformed police officers on the Traffic Control Plan(s), The Contractor shall obtain approval from the Engineer prior to use of uniformed police officers. The Contractor may contact the City of Renton Police Department to inquire about uniformed police officers that may be interested in performing off duty work or contract with a business, licensed in the State of Washington, that provides Security Guards and Patrol Services. The City of Renton police assistance can be reached at the following number: Renton Police Department 1055 South Grady Way Renton, WA 98057 (425) 430-7500 A UPO shall be provided in the event of accidental power outages or disruption as a result of Contractor Work. The UPO shall be provided at Contractor expense, and remain in place until the intersection becomes satisfactorily operational as determined by the Engineer or UPO. 1-10.3(3) Traffic Control Devices 1-10.3(3)C Portable Changeable Message Sign Section 1-10.3(3)C is supplemented with the following: (***Renton***) A portable changeable message sign shall be installed one week prior to paving operations, and shall remain in place and operable 24 hours a day for the 2 weeks priors to paving. One sign shall be placed near the south end of the project limits and one sign shall be placed near the north end of the project limits. Add the following new section: 1-10.3(3)L Notifications (New Section) (***Renton***) All work and materials associated with the notification procedures shall be incidental to the contract lump sum price for “Other Temporary Traffic Control.” Add the following new section: 1-10.3(3)M No Parking Signs (New Section) (***Renton***) Along any street included in the Work, the Contractor shall be responsible for posting “No Parking” signs a minimum of 72 hours in advance of the start of work. The signs shall specify the date(s) and time(s) that parking restrictions will be in effect. The name and phone number of the Contractor shall be clearly visible on each sign. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-56 February 2021 Bid Set – Project No.: TED4004100 Division 1 The Contractor shall be responsible for coordinating with the Engineer and/or Renton Police Department if the need arises to tow any vehicle(s) violating a posted “No Parking” sign. The Contractor shall make a reasonable effort to contact the vehicle owner prior to initiating the process to tow a vehicle. All work and materials associated with this work shall be incidental to the contract lump sum price for “Other Temporary Traffic Control”. 1-10.4 Measurement 1-10.4(2) Item Bids With Lump Sum for Incidentals Section 1-10.4(2) is supplemented with the following: “Flaggers” will be measured by the hour. Hours will be measured for each flagging station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1-10.3(1)A. When a flagging station is staffed on an intermittent basis, no deduction will be made in measured hours provided that the person staffing the station is in a standby mode and is not performing other duties. “Other Traffic Control Labor” will be measured by the hour. Time spent on activities other than those described herein will not be measured under this item. The hours of one person will be measured for each patrol route that the Contractor performs the Work described under Section 1-10.3(2)E, Patrol and Maintain Traffic Control Measures, regardless of the actual number of persons per route. Hours will be measured for each person engaged in any one of the following activities: • Operating a pilot vehicle during one-way piloted traffic control. • Operating a traffic control vehicle or a chase vehicle during a rolling slowdown operation. • Operating a vehicle or placing/removing traffic control devices during the setup or takedown of a lane closure. Performing preliminary Work to prepare for placing and removing these devices. • Operating any of the moving traffic control equipment, or adjusting signing during a mobile operation as described in Section 1-10.3(2)D. • Placing and removing Class B construction signs. Performing preliminary Work to prepare for placing and removing these signs. • Relocation of Portable Changeable Message Signs within the project limits. • Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). Performing preliminary Work to prepare for installing these devices. “Construction Signs Class A” will be measured by the square foot of panel area for each sign designated on an approved Traffic Control Plan as Class A or for each construction sign installed as ordered by the Engineer and designated as Class A at the time of the order. Class A signs may be used in more than one location and will be measured for each new installation. Class B construction signs will not be measured. Sign posts or supports will not be measured City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-57 February 2021 Bid Set – Project No.: TED4004100 Division 1 “Portable Changeable Message Sign” will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan. “Off-duty Uniformed Police Officer” will be by measured per hour for each hour the off-duty uniformed police officer is performing work to control the flow of traffic through signalized intersections affected by Contractor work. “Sequential Arrow Sign” will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan. 1-10.4(3) Reinstating Unit Items With Lump Sum Traffic Control Section 1-10.4(3) is supplemented with the following: The bid proposal contains the item “Other Temporary Traffic Control,” lump sum and the additional temporary traffic control items listed below. The provisions of Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. “Flaggers” “Other Traffic Control Labor” “Construction Signs Class A” “Portable Changeable Message Sign” “Off-duty Uniformed Police Officer” “Traffic Control Supervisor” “Sequential Arrow Sign” (***Renton***) Additionally, there will be no measurement for temporary or permanent striping, signing, curbing, paving, traffic islands, signal modifications, or other measures required to implement and maintain the Contractor’s traffic control measures for the project, nor for removal of such measures and restoration to conditions equal or better than the preconstruction condition, unless said measures are specifically indicated on Plans as part of the proposed permanent improvements. 1-10.5 Payment 1-10.5(2) Item Bids With Lump Sum for Incidentals Section 1-10.5(2) is supplemented with the following: “Other Temporary Traffic Control”, lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10 except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1-10.4(3). The lump sum Contract payment shall also include compensation for all costs associated with temporary or permanent striping, signing, curbing, paving, traffic islands, signal modifications, or other measures required to implement and maintain the Contractor’s chosen traffic control measures for the project, including removal of such measures and restoration to conditions equal or better than the preconstruction condition. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-58 February 2021 Bid Set – Project No.: TED4004100 Division 1 “Traffic Control Supervisor”, lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10.2(1)B. “Pedestrian Traffic Control”, lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work for pedestrian traffic control defined in Section 1-10. “Flaggers”, per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10.3(1)A. “Other Traffic Control Labor”, per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred by the Contractor in performing the Work specified for this item in Section 1-10.4(2). “Construction Signs Class A”, per square foot. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)A. In the event that “Do Not Pass” and “Pass With Care” signs must be left in place, a change order, as described in Section 1-04.4, will be required. When the Bid Proposal contains the item “Sign Covering”, then covering those signs indicated in the Contract will be measured and paid according to Section 8-21. “Portable Changeable Message Sign”, per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. “Off-duty Uniformed Police Officer”, per hour. The unit Contract price per hour for “Off-duty Uniformed Police Officer” shall be full pay for the work described herein. No additional compensation will be made for hours of work on holidays, weekends, or overtime. The quantity for “Off-duty Uniformed Police Officer” is not subject to the provisions of Section 1-04.6 of the Standard Specifications. “Sequential Arrow Sign”, per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)B. END OF DIVISION 1 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-59 February 2021 Bid Set – Project No.: TED4004100 Division 2 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing are shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees shown on the Plans to be protected, trees flagged by the Engineer or shown on the Plans to remain within the clearing and grubbing limits, shall be left undamaged by the Contractor’s operations and protected as detailed in the Plans. Any such flagged trees which are damaged shall be replaced in kind at the Contractor’s expense. Tree trimming limits shall include removal of all tree limbs that encroach within 1.5 feet horizontally beyond the back of sidewalk, and 9 feet vertically above the sidewalk, and below all streetlights. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be allowed to remove and/or relocate irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days’ written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. Also see Section 2-02.3(6) of these Special Provisions. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: (***Renton***) 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: (***Renton***) The per acre price for “Clearing and Grubbing” shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-60 February 2021 Bid Set – Project No.: TED4004100 Division 2 shown in the Plans and directed by the Engineer, tree trimming, installation of high visibility fencing where shown in the Plans and directed by the Engineer and protection of existing trees and shrubbery to remain. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: (***Renton***) The Contractor shall remove and dispose of all items shown on the site preparation plans and other minor items necessary to complete the work. The following partial list of items to be removed and disposed is provided for the convenience of the Contractor. The Contractor shall review the Contract Documents and project site to verify other items to be removed: Removal of Structures and Obstructions Item Unit Schedule A Schedule B Schedule C Remove Storm Sewer/Pipe Culvert LF 295 – – Remove Water Pipe LF 1,520 LF – – 2-02.3 Construction Requirements Section 2-02.3 is supplemented as follows: (***Renton***) Contractor shall remove trees and grind stumps to finished grade level. Contractor shall remove existing drainage structures as indicated in plans or as directed by the Engineer. Where drainage structures are to be removed, the resultant void shall be backfilled with gravel borrow. The backfill shall be compacted to the satisfaction of the Engineer. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is revised as follows: (***Renton***) The first paragraph and Item 1 are revised as follows: In removing pavement, sidewalks, driveways, curbs and gutters, or other items, the Contractor shall: 1. Haul broken-up pieces to an approved disposal site. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-61 February 2021 Bid Set – Project No.: TED4004100 Division 2 Section 2-02.3(3) is supplemented with the following: The approximate thickness of the *** Cement Concrete *** pavement is *** 8 inches ***. (***Renton***) When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary cold mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. Add the following new section: 2-02.3(4) Cutting Pavement, Sidewalks, and Curbs (New Section) (***Renton***) All transitions to existing asphalt, parking lots, curb and gutter, and walkways shall be vertically saw cut full-depth with straight, uniform edges. Existing asphalt pavement roadway edge may be cut with a wheel, provided the wheel cut is full-depth and no damage occurs to the pavement which is to remain. Neither impact tools nor pavement breakers may be used for trench crossing of existing pavement. Trench crossing of existing pavement shall be vertically saw cut. Existing cement concrete pavement shall be removed to the nearest panel joint. Cement concrete pavement shall not be saw cut. Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the Contractor shall take extra precaution to make a neat, uniform cut, and shall saw cut pavement to full-depth, regardless of number of passes necessary. If, in the opinion of the Engineer, the cut is not satisfactory due to Contractor’s workmanship or equipment, the Contractor shall fix the problem to the satisfaction of the Engineer, at no extra cost to the Contracting Agency. Add the following new section: 2-02.3(5) Removing Water Main Pipes, Storm Sewer Pipes, and Culverts (New Section) (***Renton***) Contractor shall remove existing water main pipes, storm sewer pipes, and culverts as indicated in plans or as directed by the engineer. Where pipes are to be removed, the resultant void shall be backfilled per Section 7 08.3(3). Add the following new section: 2-02.3(6) Removing Fence (New Section) (***Renton***) Where indicated in the plans, and as directed by the Engineer, the Contractor shall remove existing fences, including removal of fence post and foundations, backfilling and compacting voids, restoring grade of disturbed areas, and disposal of removed materials. The Contractor shall restore the ends of existing fences to remain by providing additional posts, foundations, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-62 February 2021 Bid Set – Project No.: TED4004100 Division 2 chain link fabric, fence boards and other construction as required to provide a stable end to the fence that matches the quality and appearance of the existing fence. 2-02.4 Vacant Section 2-02.4, including title, is replaced with the following: (***Renton***) 2-02.4 Measurement Saw cutting existing cement and asphalt concrete pavements and wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of work. Removal of existing fences will be measured by the linear foot of fence actually removed. Payment for restoration of existing fences and other required work will be included in the fence removal item and will not be specifically measured for payment. Pavement removal will be measured by the square yard. Sidewalk removal will be measured by the square yard. Curb removal will be measured by the linear foot. 2-02.5 Payment Section 2-02.5 is supplemented with the following: “Removing Drainage Structure”, per each. “Removing Storm Sewer Pipe”, per linear foot. The unit contract prices for “Removing Drainage Structure” and “Removing Storm Sewer Pipe” shall be full pay for all work necessary to remove the pipe/structure, including excavation, backfill, removal of pipe/structure including haul and surface restoration, except as included in the following pay items, if included in the bid schedule: “Removing Asphalt Conc. Pavement”, per square yard. “Removing Cement Conc. Sidewalk”, per square yard. “Removing Cement Conc. Curb”, per linear foot. “Removing Cement Conc. Curb and Gutter”, per linear foot. All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-63 February 2021 Bid Set – Project No.: TED4004100 Division 2 “Removal of Structures and Obstructions”, per lump sum The lump sum contract price for “Removal of Structures and Obstructions” shall be full pay for all materials, equipment, and labor necessary to remove and dispose of all items indicated on the demolition plans except as covered under other items in the bid schedule. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.4 Measurement Section 2-03.4 is supplemented with the following: (March 13, 1995 WSDOT GSP, Option 3) Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankments. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Engineer. 2-03.5 Payment Section 2-03.5 is supplemented with the following: “Unsuitable Foundation Excavation Incl. Haul”, per cubic yard. The unit Contract price per cubic yard for “Unsuitable Foundation Excavation Incl. Haul” shall be full payment for all costs incurred for excavating, loading, and disposing of the material, and for geotextile as specified under Section 7-08.3(1)C of these Special Provisions, and for providing, installing and compacting CSBC for backfilling unsuitable material as specified under 7-08.3(1)D of these Special Provisions. For “Haul”, the unit Contract price as provided in Section 2-04 shall apply, except when the Bid item is shown as including Haul. In that case, the unit Contract price per cubic yard shall include “Haul”. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-64 February 2021 Bid Set – Project No.: TED4004100 Division 2 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements 2-06.3(1) Subgrade for Surfacing Section 2-06.3(1) is supplemented with the following: (***Renton***) Before placing roadway base or top course, subgrade shall be shaped to conform to the “typical cross-section” and as directed by the Engineer. Adequate water shall be spread on the subgrade to obtain optimum moisture content for compaction, as directed by the Engineer. The subgrade shall be graded to a uniform cross-section true to line and grade and compacted to achieve 95% of the maximum density before placing base material. The Contractor shall proof roll the subgrade in the areas to be pulverized with a loaded dump truck under the observation of the Engineer. 2-06.5 Measurement and Payment Replace Section 2-06.5 entirely with the following: (***Renton***) “Subgrade Preparation” will be measured by the square yard. Quantities for “Subgrade Preparation” will be measured at a width of 1 foot outside the face of the curbs multiplied by the full length of the improvement. Payment will be made for the following Bid item when it is included in the Proposal: “Subgrade Preparation”, per square yard. The unit contract price per square yard for “Subgrade Preparation” shall be full payment for all costs incurred to perform the Work. 2-09 STRUCTURE EXCAVATION 2-09.5 Payment Section 2-09.5 is supplemented with the following: Payment will be made for the following Bid item when it is included in the Proposal: “Structure Excavation Class B”, per cubic yard. The unit contract price per cubic yard for “Structure Excavation Class B” shall be full payment for all costs incurred to perform the Work with the exception of trench excavation. END OF DIVISION 2 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-65 February 2021 Bid Set – Project No.: TED4004100 Division 4 DIVISION 4 BASES 4-01 VACANT Section 4-01, including title, is replaced with the following: (***Renton***) 4-01 ASPHALT PULVERIZATION FOR USE AS RECYCLED (NEW SECTION) PAVEMENT BASE 4-01.1 Description This section describes full depth pulverizing of the existing asphaltic pavement along with a portion of the underlying base and relaying the pulverized material to construct a new base. 4-01.2 Vacant 4-01.3 Construction Requirements Pulverize the full depth of the existing asphaltic pavement until 97 percent or more will pass the 2-inch sieve. Also pulverize the existing base to the depth the plans show and mix with the pulverized asphaltic pavement. Windrow material as construction operations dictate. The depth of the pulverization is approximately 15 inches below existing grade. The existing HMA depth varies from 4.75 inches to 6 inches but is typically 5 inches. Immediately after pulverizing, relay the material with a paver, grader, or both a paver and grader. If sufficient material is available at a given location, match the lines, grades, and cross slopes the plans show. If there is insufficient material at a given location, shape the available material to create a smooth profile and cross slope for a good ride. Eliminate localized bumps, depressions, and ruts. Unless the engineer specifically directs, the Contractor is not required to haul material from one location on the project to another. Immediately after relaying, compact the re-laid material first with either a rubber-tired roller or vibratory padfoot roller and second with a vibratory steel roller. Add water, as required, both before and during compaction. Compact to the extent required for standard compaction under Section 4-04.3(5). The material shall be compacted to achieve 95% of the maximum density. Perform each day’s pulverize and relay operations to avoid leaving abrupt longitudinal differences between adjacent lanes. Grade shoulders adjacent to pulverized areas by the end of each workday to provide positive drainage of the pavement. Repair surface damage caused by intervening construction or public traffic immediately before paving as necessary to provide a good riding pavement. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-66 February 2021 Bid Set – Project No.: TED4004100 Division 4 4-01.4 Measurement “Asphalt Pulverization for Use as Recycled Pavement” shall be measured by the square yard acceptably completed, measured using the centerline length and the width from outside to outside of completed base, but limited to the width the Plans show or the Engineer directs. 4-01.5 Payment Payment will be made for the following Bid item when it is included in the Proposal: “Asphalt Pulverization for Use as Recycled Pavement”, per square yard. “Asphalt Pulverization for Use as Recycled Pavement” shall include full compensation for pulverizing, windrowing, relaying, adding water, shaping, and compacting. Hauling and disposal of unused excess material shall be incidental to the cost of asphalt pulverization. END OF DIVISION 4 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-67 February 2021 Bid Set – Project No.: TED4004100 Division 5 DIVISION 5 SURFACE TREATMENT AND PAVEMENTS 5-04 HOT MIX ASPHALT Delete Section 5-04 and amendments, Hot Mix Asphalt, and replace it with the following: 5-04 HOT MIX ASPHALT 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications. and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The Contractor shall maintain the existing street surface contours (e.g. street profile and cross section, etc.,), unless otherwise shown in the Plans or directed by the Engineer. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. ***All HMA to be replaced in this contract shall be HMA CL.1/2 In. PG 64-22*** 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-68 February 2021 Bid Set – Project No.: TED4004100 Division 5 The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the Contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined as follows: Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-69 February 2021 Bid Set – Project No.: TED4004100 Division 5 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as ap-proved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project 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. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review: • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix de-sign verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** ** The mix design report shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall: • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. City of Renton 214-1779-045Duvall Avenue NE Contract Provisions SP-70 February 2021Bid Set – Project No.: TED4004100 Division 5 Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be based on a re-view of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. Section 5-04.2(2) is supplemented with the following:(January 3, 2011 WSDOT GSP) ESAL's The number of ESAL's for the design and acceptance of the HMA shall be *** 7 *** million. 5-04.2(2)A Vacant 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: •Do not use additives that reduce the mixing temperature more than allowed inSection 5-04.3(6) in the production of mixtures. •Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet)Wearing Course Other CoursesLess than 0.10 55°F 45°F 0.10 to .20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-71 February 2021 Bid Set – Project No.: TED4004100 Division 5 application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved di-al-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-72 February 2021 Bid Set – Project No.: TED4004100 Division 5 operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of can-vas or other suitable material of sufficient size to protect the mixture from adverse weather. When-ever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The Contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract or directed by the Engineer, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-73 February 2021 Bid Set – Project No.: TED4004100 Division 5 further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless otherwise required by the contract. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-74 February 2021 Bid Set – Project No.: TED4004100 Division 5 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-75 February 2021 Bid Set – Project No.: TED4004100 Division 5 one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from sticking to them. Diesel shall not be used for this purpose. After application of the biodegradable soap, all catch basins shall be covered to prevent tack and HMA from entering into them. 5-04.3(4)A Vacant 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Con-tractor shall not excavate more area than can be completely finished during the same shift, unless ap-proved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-76 February 2021 Bid Set – Project No.: TED4004100 Division 5 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Un-less otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1 In. 0.35 feet HMA Class 3/4 In. and HMA Class 1/2 In. wearing course 0.30 feet other courses 0.35 feet HMA Class 3/8 In. 0.15 feet City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-77 February 2021 Bid Set – Project No.: TED4004100 Division 5 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. All cast off rock from raking shall be removed prior to compaction of final HMA lift. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. 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, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2. Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-78 February 2021 Bid Set – Project No.: TED4004100 Division 5 For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder con-tent of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates – 2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent. 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1,200 tons. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-79 February 2021 Bid Set – Project No.: TED4004100 Division 5 All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be performed by the Contracting Agency for this contract. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-80 February 2021 Bid Set – Project No.: TED4004100 Division 5 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 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 tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, 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 Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total 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 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 (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-81 February 2021 Bid Set – Project No.: TED4004100 Division 5 the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3(9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 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 mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Con-tract price per ton of 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 (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using an LSL of 92.0 (minimum of 92 percent of the maxi-mum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise ap-proved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-82 February 2021 Bid Set – Project No.: TED4004100 Division 5 If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has ap-proved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-83 February 2021 Bid Set – Project No.: TED4004100 Division 5 shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-84 February 2021 Bid Set – Project No.: TED4004100 Division 5 is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92 percent, a Non-Conforming Compaction Factor (NCCF) will be deter-mined. 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 CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any reject-ed section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-85 February 2021 Bid Set – Project No.: TED4004100 Division 5 5-04.3(11)D Rejection – A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a nor-mal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection – An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection – A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-86 February 2021 Bid Set – Project No.: TED4004100 Division 5 A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. All transverse (butt) joints between new and existing asphalt shall be milled to the full overlay depth. All transverse (butt) joints shall be sealed after paving. See Section 5-04.3(17) for requirements. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be con-structed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 1/2 of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope of the existing street surface if not shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-87 February 2021 Bid Set – Project No.: TED4004100 Division 5 Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. For this contract, utility appurtenances shall be adjusted to final grade after paving, unless otherwise directed by the Engineer. See Section 5‐04.3(20) for requirements. Utility appurtenance adjustment discussions will be included in the Pre-Paving planing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement Planing of the existing pavement shall provide a surface that is slightly grooved or roughened to ensure a bond to the ACP. The full depth beginning and end of each lane of planing shall be squared-off to form a uniform, transverse joint. The Contractor shall provide for safe vehicle travel over existing manholes, valve boxes, catch basins, etc., for planed areas opened to traffic. Before opening the roadway to traffic, any delaminating of the planed asphalt surface shall be removed and the resulting holes patched with incidental HMA. Also, the surface shall be cleaned by sweeping to remove dust and foreign matter. Planing tailings may be used as trench backfill. They may also be used as crushed surfacing when mixed with Crushed Surfacing per Section 9-03.9(3) (Crushed Surfacing) per Section 4-04.3(3) (Mixing). The planing plan must be approved by the Engineer and a pre-planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Prior to planing operations, existing induction loop vehicle detectors shall be disconnected. Induction loop vehicle detectors shall be removed during planing operations. The planing operation on any street and/or street segment shall not precede the HMA paving operation by more than three (3) calendar days, unless otherwise allowed by the Engineer. Refer to the Plans for the street segments to be planed in this contract. The depth of planing shall match the thickness of HMA to be placed, as listed on the Summary of Quantities. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-88 February 2021 Bid Set – Project No.: TED4004100 Division 5 Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved meth-od. Repair or replace any metal castings and other surface improvements damaged by planing, as deter-mined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 2-inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge 6 feet wide or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown in the Plans. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract or as directed by the Engineer, patched and preleveled. before opening planed areas to traffic. Before the installation of HMA, the streets shall be bladed and compacted to a uniform grade and cross-section as approved by the Engineer. The preparation of the base shall be incidental to the bid item for HMA Cl. 1/2 In. PG 64-22. Subbase material, which is determined by the Engineer to be unsuitable shall be removed under Roadway Excavation Including Haul and replaced with Crushed Surfacing Top Course prior to the application of HMA. The Contractor shall provide for safe vehicular travel over existing utility appurtenances during and after planing operations. For utility appurtenances not lowered prior to planing operations, the Contractor shall place temporary fillets of HMA, with a minimum slope of 4H:1V, around all exposed utility appurtenances if any vehicular traffic will be permitted to travel through the work area prior to paving. The HMA used for this purpose shall be considered an incidental use of HMA as described in Section 5-04.3(18). The Contractor shall provide for safe vehicular travel over driveway entrances during and after planing operations. If the depth of exposed curb or drop off exceeds two (2) inches at a driveway and paving will not occur in the same work shift, the Contractor shall place temporary fillets of HMA along the driveway to provide a transition with a minimum slope of 4H:1V. The HMA used for this purpose shall be considered incidental use of HMA as described in Section 5-04.3(18). The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-89 February 2021 Bid Set – Project No.: TED4004100 Division 5 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure, or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-90 February 2021 Bid Set – Project No.: TED4004100 Division 5 d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 11 x 17 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 100 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly de-scribe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-91 February 2021 Bid Set – Project No.: TED4004100 Division 5 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con-tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-92 February 2021 Bid Set – Project No.: TED4004100 Division 5 e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Vacant 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Construction Joint Sealing Transverse Joints – Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-93 February 2021 Bid Set – Project No.: TED4004100 Division 5 surface with minimal overbanding. This work is considered incidental to the bid item “HMA Cl. 1/2 In. PG 64-22”. 5-04.3(18) Incidental Uses for HMA Incidental uses for HMA shall consist of restoration and adjustment to paved areas and other such uses as directed by the Engineer. For example, a thickened edge may be required for some streets and/or street segment(s). Incidental uses for HMA shall be measured and paid under the “HMA Cl. 1/2 In. PG 64-22” bid item. 5-04.3(19) Edge of Pavement Alignment Where curb and gutter do not exist, the Contractor shall maintain a ± 2 inches per 100 linear feet tolerance for the edge of pavement. The Contractor may establish a reference line as a guide at their discretion or as directed by the Engineer. This work is considered incidental to the bid item “HMA Cl. 1/2 In. PG 64-22”. 5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade The following section only applies to existing utility covers and monument cases covered by HMA. The work shall be completed after the final rolling of the final lift of HMA. The work consists of locating and marking these features and then adjusting them final grade. The Contractor shall locate all utility covers and monument cases covered by HMA immediately after paving operations are complete for a street and/or street segment. Each location shall be marked with paint and identify the type of buried feature. The Contractor shall completely expose all water valve boxes and gas valves for access within five (5) calendar days after final rolling of the final lift of HMA. The Contractor shall adjust the following features to final grade per the requirements listed below. Manholes – Refer to Renton Standard Plan 106 included in Appendix D. Water Valve Boxes – Refer to Renton Standard Plan 330.1 in Appendix D. Gas Valves – Same as Water Valve Boxes. Monument Cases – Refer to Renton Standard Plan 113 in Appendix D. J-boxes, Electrical Vaults, Communications Vaults – These features shall not be covered with HMA. 5-04.3(21) Temporary Pavement Marking The furnishing and installing of temporary pavement marking shall be as described in Section 8-23. For this contract, all temporary pavement marking is considered short duration. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-94 February 2021 Bid Set – Project No.: TED4004100 Division 5 5-04.4 Measurement HMA Cl. ___ PG ___, will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material re-moved will not be measured. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ___ PG ___”, per ton. The unit contract price per ton for “HMA Cl. ___ PG ___” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Preparation of Existing Paved Surfaces”, per mile. The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Existing Paved Surfaces”, the Roadway shall be prepared as specified, but the Work shall be included in the contract prices of the other items of Work. “Planing Bituminous Pavement”, per square yard. The unit contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking – Short Duration”, per linear foot. Payment for “Temporary Pavement Marking – Short Duration” is described in Section 8-23.5. “Water”, per M gallon. Payment for “Water” is described in Section 2-07.5. “Roadway Core”, per each. The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-95 February 2021 Bid Set – Project No.: TED4004100 Division 5 Payment for “Adjust Manhole”, “Adjust Valve Box”, “Adjust Catch Basin” is described in Division 7-05.5. The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: “HMA Cl. ___ PG ___” The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: http://www.wsdot.wa.gov/Business/Construction/EscalationClauses.htm The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. The base cost established for this contract is the reference cost posted on the Agency website with an effective date immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Western Washington or Eastern Washington as posted on the Agency website, depending on where the work is performed. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. If the reference cost is greater than or equal to 105% of the base cost, then Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.056). Where Q = total tons of all classes of HMA paid in the current month’s progress payment. “Asphalt Cost Price Adjustment”, by calculation. “Asphalt Cost Price Adjustment” will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-96 February 2021 Bid Set – Project No.: TED4004100 Division 5 “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. END OF DIVISION 5 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-97 February 2021 Bid Set – Project No.: TED4004100 Division 6 DIVISION 6 STRUCTURES 6-07 PAINTING 6-07.1 Description The first sentence of Section 6-07.1 is revised to read: (***Renton***) This work shall consist of painting systems and colors for metal elements as shown on the Plans. 6-07.2 Materials Section 6-07.2 is supplemented with the following: (***Renton***) Paint materials shall comply with the requirements in Section 9-08 unless described in this section. Paint Color/Paint System Table Specification Section Item Paint Color Paint System 9-29.6 Decorative Signal Poles Type II and III and associated sub-assemblies and terminal cabinets RAL 9005TX “Jet Black” Refer to specification below 9-29.6 Decorative Luminaire Poles and Bases RAL 9005TX “Jet Black” Refer to specification below 9-29.6 Decorative Signal Poles Type PPB and associated sub-assemblies RAL 9005TX “Jet Black” Refer to specification below 9-29.10 Decorative Luminaires RAL 9005TX “Jet Black” Refer to specification below Decorative Signal and Luminaire Poles and Sub-Assemblies Paint Specifications Steel poles and sub-assemblies shall be factory galvanized, primed and painted with polyester Powder coating per Section 6-07 and Section 9-08 of the Standard Specifications. The Contractor is to purchase a one-gallon sample from the pole manufacturer for use as a color match for the Engineer’s approval prior to factory finish coating. All signal equipment to be installed on signal poles and mast arms shall be painted RAL 9005TX “Jet Black,” unless not available. All banding shall be in black color. The back of street signs shall be in black color. Decorative Luminaires and Terminal Cabinets Paint Specifications All decorative luminaire housings, signal pole terminal cabinets shall be factory primed and painted with polyester powder coating to meet ASTM-B-117/D-2247 requirements to salt spray and humidity resistance. The Contractor shall provide a sample to the Engineer for City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-98 February 2021 Bid Set – Project No.: TED4004100 Division 6 approval prior to factory finish coating. Contractor shall provide one gallon of touch-up paint to the City. Galvanizing All fabricated steel components and materials to be galvanized per ASTM 123. All steel hardware components and materials to be galvanized per ASTM 153. Aluminum materials surface shall be prepared per ASTM D1730 – 09 and factory powder coated per Section 9-08.2 of the Standard Specifications. Powder Coating Paint System The powder coating paint system shall be composed of exterior grade pure polyester TGIC, dry powder including resins and pigments in accordance with requirements of AAMA 605.2, and shall have the following characteristics: Glossy Surface Semi-Gloss Surface Mat Surface Thickness 2.5–3.5 mils/60–90 2.5–3.5 mils/60–90 2.5–3.5 mils/60–90 Gloss (1) 80–90 55–70 15–25 Cross Hatch Adhesion (2) Pass 100% Pass 100% Pass 100% Mandrel Bending (3) 1/8″/3 mm 5/32″/4 mm 3/16″/5 mm Erichsen Cupping ISO 1520 5/16″/8 mm 1/4″/7 mm 3/16″/5 mm Impression Hardness (4) 95 95 95 Impact Test (5) Up to 160″/lb. Up to 160″/lb. Up to 160″/lb. Pencil Hardness (6) 2H (min.) 2H (min.) 2H (min.) Dry Mill Test OK OK OK Salt Spray Test (7) 1500 h test, max. undercut 1/16″/1 mm 1500 h test, max. undercut 1/16″/1 mm 1500 h test, max. undercut 1/16″/1 mm Humidity Resistance (8) 1500 h test, min. blisters 1/16″/1 mm 1500 h test, min. blisters 1/16″/1 mm 1500 h test, min. blisters 1/16″/1 mm Key: (1) Gloss According to Gardner 60 degrees, ASTM D523. (2) Cross Hatch Adhesion, ASTM D3359, Method B. (3) Mandrel Bending Test, ASTM D522. (4) Impression hardness, ASTM B3363. (5) Impact Test, ASTM D2794; (0.1) inch distortion. (6) Pencil Hardness, ASTM B3363. (7) Salt spray Resistance Test, ASTM B117. (8) Humidity Resistance Test, ASTM D2247. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-99 February 2021 Bid Set – Project No.: TED4004100 Division 6 6-07.3 Construction Requirements Section 6-07.3 is supplemented with the following: (***Renton***) Apply entire finish system in the shop. Hold back finish system at all welded areas. Bolted connections should be primed with a zinc-based primer compatible with the approved paint system. Field touch-up painting shall consist of matching specified priming and painting for all damaged and field repaired areas. Field welds and abrasions should be touched up after installation. Touch up surface preparation with a zinc-based primer compatible with the approved paint system, 2.5 to 3.5 mils DFT. Preparation, cleaning, priming, shop painting, and field touch-up for all fabricated decorative exterior metal work will be incidental to the associated bid items. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. The Contractor shall submit three (3) samples of each custom color, textures, and gloss for Engineer’s approval. Metal coupon samples shall be three (3) inches by five (5) inches. 6-07.3(11) Painting or Powder Coating of Galvanized Surfaces 6-07.3(11)A Painting of Galvanized Surfaces Section 6-07.3(11)A is supplemented with the following: (***Renton***) Clean surfaces to be powder coated in accordance with manufacturer’s written instructions for surface preparation. Install powder coatings in accordance with applicable codes and regulations and manufacturer’s written instructions. Applications of powder coating materials shall be performed in shop conditions, except for touch ups approved in advance by the Engineer. Finished surfaces shall be fully and uniformly coated without pinholes, bubbles, sag, runs, lumps, marks, or discoloration. Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. After powder coating has been in place for at least 15 days, and within 30 days of Substantial Completion, check all powder-coated surfaces for damage, missed areas, and discoloration. Prepare surfaces, and touch up damaged, missed, and discolored areas to bring coating system to full dry film thickness in color and gloss matching that of adjacent coated areas. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-100 February 2021 Bid Set – Project No.: TED4004100 Division 6 6-11 REINFORCED CONCRETE WALLS 6-11.4 Measurement Section 6-11.4 is supplemented with the following: (***Renton***) No measurement will be made for footing drains, rebar or gravel backfill associated with retaining walls. Concrete Class 4000 for Retaining Wall 3A will be measured per square yard of exposed face of wall. 6-11.5 Payment Section 6-11.5 is supplemented with the following: “Conc. Class 4000 for Retaining Wall 3A”, per square yard. All costs in connection with furnishing and installing the retaining wall and footings, placing the concrete, casting curing, protecting, surface finish, weep holes, premolded joint filler, excavation, foundation preparation, form liners, footing drains, rebar, pigmented sealer and anti-graffiti coatings, fall protection and/or fencing including anchors shall be included in the unit Contract price per square yard for “Conc. Class 4000 for Retaining Wall 3A”. END OF DIVISION 6 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-101 February 2021 Bid Set – Project No.: TED4004100 Division 7 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: (***Renton***) Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements The second paragraph of Section 7-01.3 is revised as follows: (***Renton***) PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9 04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap on, screw on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph of Section 7-01.3 is revised as follows: (***Renton***) PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap on, screw on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-102 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-04 STORM SEWERS 7-04.2 Materials The first paragraph of Section 7-04.2 is revised as follows: (***Renton***) Unless a pipe material is specifically called out on the Plans, materials shall meet the following requirements: Size Pipe Material Allowed Specification 6-12 Inch Polypropylene Storm Sewer Pipe Ductile Iron Pipe Corrugated Polyethylene Storm Sewer Pipe (CPEP) Tr. 1 St. Storm Sewer Pipe 9-05.24(2) 9-05-13 9-05.20 9-05.10 Where bends are specifically called out on the plans, they shall be of the same material and manufacturer as the main pipe and meet the manufacturer’s recommendations. The second paragraph of Section 7-04.2 is supplemented as follows: (***Renton***) The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor’s own expense. Section 7-04.2 is supplemented with the following: (***Renton***) Dense foam shall meet 9-05.52 of these Special Provisions. Direct Pipe Tee Connections: Direct pipe tee connections for use in gravity-flow sewer and storm drainage direct connections to pipe shall be Inserta Tee service connections, as manufactured by Inserta Tee and shall meet ASTM F2946 and consist of a PVC hub, rubber sleeve, and stainless steel band. Connection shall be a compression fit into the cored wall of a mainline pipe. Hub shall be made from heavy-duty PVC material. Stainless steel clamping assembly shall be of SS #301 for the band and housing and SS #305 for screws. Rubber sleeve and gasket, when applicable, shall meet the requirements of ASTM F477. Gaskets shall be installed by the manufacturer. A water-based solution provided by the manufacturer shall be used during assembly. Inserta Tee product shall provide a water connection according to the requirements of ASTM D3212. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-103 February 2021 Bid Set – Project No.: TED4004100 Division 7 Add the following new section: 7-04.2(2) Temporary Stormwater Diversion (New Section) It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. The Contractor shall submit proposed methods for providing the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. The Contractor’s temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during construction, or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor’s plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing Section 7-04.3(1) is supplemented with the following: (***Renton***) Before testing begins and in adequate time to obtain approval through submittal process, prepare and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for any deviations from Drawings and Specifications. Refer to Section 7-08.3(5) for television inspection. Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested. Perform testing as work progresses. Schedule testing so that no more than 1,000 linear feet of installed pipeline remains untested at one time. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-104 February 2021 Bid Set – Project No.: TED4004100 Division 7 Perform testing under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger than 30 inches in diameter, the Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in the installation methods and practices for the specific pipe product used on this project, as well as on the installation practices for flexible pipelines in general. The manufacturer’s representative shall be present full time on site during the construction of the first 300 feet of pipe installation, and part-time, as required, thereafter until the entire pipeline installation is complete. The manufacturer’s representative shall observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and backfill, and testing procedures. The manufacturer’s representative shall notify Engineer and Contractor of any non-conforming installation, identifying the manufacturer recommended corrective action(s), within 24 hours of such occurrence. All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100 percent) flexible pipe length installed. Maximum deflection shall not exceed 5 percent. Mandrel testing shall conform to ASTM D3034, and be performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other “tolerance packages” shall not be considered in mandrel sizing. 2. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more “runners” or “legs” as long as total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. 3. Furnish “proving ring” with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. 4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. “Testing Storm Sewer Pipe”, per linear foot shall be incidental to and included in storm sewer pipe bid items. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-105 February 2021 Bid Set – Project No.: TED4004100 Division 7 Add the following new section: 7-04.3(3) Direct Pipe Connections (New Section) (***Renton***) Field Pipe and Joint Performance: To assure water tightness, field performance verification may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM C1103. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. Installation: Installation shall be accordance with the manufacturer’s recommended installation guidelines. Backfill around the Inserta Tee service connection shall be, at a minimum, of the same material type and compaction level as specified for the mainline pipe installation. 7-04.5 Payment Section 7-04.5 is supplemented with the following: (***Renton***) “Solid Wall PVC Storm Sewer Pipe 4 In. Diam.”, per linear foot. “Polypropylene Storm Sewer Pipe 12 In. Diam.”, per linear foot. “Polypropylene Storm Sewer Pipe 18 In. Diam.”, per linear foot. “Polypropylene Storm Sewer Pipe 24 In. Diam.”, per linear foot. “Tr. 1 St. Storm Sewer Pipe 12 In. Diam.”, per linear foot. “Ductile Iron Sewer Pipe 12 In. Diam.”, per linear foot. The unit contract price per linear foot for storm sewer pipe of the kind and sized specified shall be full pay for all Work to complete the installation, including the following: • Trenching and structure excavation, including sawcutting and shoring. • Preparation and update to Trench Safety Systems Plan. • Removal and disposal of manmade and natural objects in conflict. • Furnishing and installing the specified pipe with all required fittings and appurtenances. • Adjustment of inverts to manholes. • Furnishing and installing pipe zone bedding. • Removing, stockpiling, and backfilling of native material where native material is deemed acceptable by the Engineer. • Cleaning and testing of new pipes. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-106 February 2021 Bid Set – Project No.: TED4004100 Division 7 • General pipe installation work including plugs and connections to new drainage structures. • Testing and television inspection. • Trench dewatering or temporary bypass pumping. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.1 Description Section 7-05.1 is supplemented with the following: (***Renton***) This Work also includes the construction of trench drains as designated in accordance with the Plans, these Specifications, and the Standard Plans. 7-05.2 Materials Section 7-05.2 is supplemented with the following: (***Renton***) Material for backfill around structures within the roadway shall be “Crushed Surfacing Base Course” as specified in 9-03.9(3) of the Specifications. All frame, grates, and solid lids shall have rust protection coating and four locking bolts if storm structure is located within traveled way and two locking bolts if within gutter pan. Concrete Inlet Structures shall be in accordance with WSDOT Standard Plan B 25.60-02. Trench drains shall consist of a precast concrete channel with ductile iron frame capable of withstanding an H-20 load. 7-05.3 Construction Requirements Section 7-05.3 is supplemented with the following: Newly installed drainage structures shall include no more than two 4-inch adjustment risers. If additional adjustment is required to achieve finished grade, the Contractor shall install a combination of 4-inch, 6-inch, 12-inch, and/or 18-inch precast risers so that no more than two 4-inch risers are used at any drainage structure. All manholes shall have eccentric cones and shall have ladders unless otherwise noted in the Plans. Connection to manholes or catch basins for storm sewer pipe less than 24-inch shall be “Kor-n-Seal” boot or approved equal. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-107 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with the following: 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. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. 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 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 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6 inches 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 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 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. 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 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 replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-108 February 2021 Bid Set – Project No.: TED4004100 Division 7 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 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 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. Manhole #33 partial replacement: Manhole #33 is located directly over and serves Honey Creek. The existing 72-inch manhole has an existing 48-inch concrete culvert that serves Honey Creek with a rectangular channel inside the catch basin. Dimensions of the channel are unknown. The concrete culvert is connected to the 72-inch by 44-inch pipe arch through the 72-inch transition manhole. An existing 48-inch precast riser is located on the top of the “flat slab top” of the 72-inch manhole. The adjustment section is rectangular and sitting on the top of the flat slab top with the rectangular opening at the center. Manhole #33 Partial Replacement shall include: - Removal of the rectangular adjustment section with the cover. - Removal of the existing 48-inch manhole riser located on top of the 72-inch manhole. - Rotation of the 72-inch manhole “flat slab top” (as needed to have the manhole cover on the back of the curb). - Installation of a new 48-inch custom riser section with two knock outs (for 24-inch pipes) per the plans. - Installation of a new concrete slab on the top of the 48-inch riser with circular or rectangular opening on one side. - Installation of a new adjustment section. It is assumed an eccentric cone section is not applicable per the dimension restrictions (minimum cone height is 24 inches). - Installation of a locking lid frame and ADA-compliant non-skid lid. - Adjustment of the lid to be flush with the new sidewalk. - Installation of ladder and steps. The Contractor shall prepare a shop drawing outlining the partial manhole #33 replacement configuration and submit to the City for approval a minimum of 10 days prior to adjustment. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-109 February 2021 Bid Set – Project No.: TED4004100 Division 7 The Contractor shall take all measures necessary to not pollute nor discharge sediments into Honey Creek during construction. 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(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: (***Renton***) Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed. Add the following new section: 7-05.3(2)A Abandon Existing Storm Sewer Pipes (New Section) (***Renton***) Where it is required that an existing storm sewer pipe be abandoned (or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans), the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. Refer to Section 7-08.3(4) for filling the void of abandoned storm sewer pipe. 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented with the following: (***Renton***) Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets, existing drain pipes and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-110 February 2021 Bid Set – Project No.: TED4004100 Division 7 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 an 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 her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.4 Measurement Section 7-05.4 is supplemented with the following: (***Renton***) “Connection to Drainage Structure” will include connection of new drainage pipes to existing catch basins and manholes or connection of existing drainage pipes to new catch basins and manholes and will be measured per each. “Adjust Manhole”, will be measured per each and will only be measured and paid if the Engineer specifically requests this adjustment. “Adjust Catch Basin”, will be measured per each and will only be measured and paid if the Engineer specifically requests this adjustment. “Manhole #33 Partial Replacement”, will be measured per each. “Adjust Valve Box”, will be measured per each. Water District will decide if the Contractor will make this adjustment. This item will not be measured and will not be paid if the Water District adjusts their Valve Boxes. “Trench Drain” will be measured per linear foot of trench drain installed. Saw cutting and removal of existing pavements for structure placement, excavation, obtaining and placing backfill and foundation material, and temporary patching around the structure, will not be measured for payment and shall be included in the appropriate bid item. 7-05.5 Payment Section 7-05.5 is supplemented with the following: (***Renton***) “Connection to Drainage Structure”, per each. “Concrete Inlet”, per each. “Catch Basin Type 1”, per each. “Catch Basin Type 1L”, per each. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-111 February 2021 Bid Set – Project No.: TED4004100 Division 7 “Catch Basin Type 2 48 In. Diam.”, per each. “Adjust Manhole”, per each. “Adjust Catch Basin”, per each. “Manhole #33 Partial Replacement”, per each. “Adjust Valve Box”, per each. “Trench Drain”, per linear foot. The unit contract price per each for “Connection to Drainage Structure” includes all costs associated with furnishing and installing the complete structure, frame and cover, flexible rubber joint, saw cutting as necessary, excavation, structure backfill, foundation material, compaction, patching, and adjustment to final grade shall be included in the unit contract price for the item installed. Connecting new pipes to the new structure shall be included in the per each unit price for each structure. The unit contract price per each for “Concrete Inlet”, “Catch Basin Type 1”, “Catch Basin Type 1L”, and “Catch Basin Type 2 48 In. Diam” includes all costs associated with furnishing and installing the complete structure, frame and grate, combination inlet or solid frame and cover, saw cutting as necessary, excavation including haul, structure backfill, foundation material, compaction, patching, and adjustment to final grade shall be included in the unit contract price for the item installed. Connecting new and existing pipes to the new structure shall be included in the per each unit price for each structure. The unit contract price per each for “Manhole #33 Partial Replacement” includes all costs associated with furnishing and installing the complete structure, replacement of the top section of the catch basin and rotation of the frame, and installation of a new locking lid, frame, and other installation requirements as listed under 7-05.3(1), saw cutting as necessary, excavation including haul, structure backfill, foundation material, compaction, patching, and adjustment to final grade shall be included in the unit contract price for the item installed. Connecting new and existing pipes to the new structure shall be included in the per each unit price for each structure. The unit contract price per each for “Adjust Manhole”, and “Adjust Catch Basin” shall be full pay for adjusting existing storm structure. Frame and grate shall have replaceable locking nut used on all new and adjusted storm structures. The unit bid prices for the above bid items, including incidental work shall be full compensation for labor, material, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-112 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-06 VACANT Section 7-06, including title, is replaced with the following: (***Renton***) 7-06 TREE BOX BIOFILTRATION UNIT 7-06.1 Water Quality Vault “Tree Box Biofiltration Unit”, shall be drop-in-place, precast concrete units with an underdrain system, filter media, and grating, as shown on the Plans. Each unit shall be constructed to fit the location and elevation shown on the Plans. All plant materials shall comply with the type and size shown on the Plans and shall meet requirements of Section 8-02 of the Special Provisions. Filter media must be certified following TARP or TAPE protocol testing to meet or exceed the filter medial minimum flow rates and pollutant removal efficiency of the water quality system. Inlet and outlet connections shall be aligned to meet the approved drawings with modifications necessary to meet site conditions. 7-06.2 Materials Each unit shall consist of a cast-in-place concrete throat transition to the TBBU unit, precast and fully constructed unit composed of a concrete container with appropriately sized and placed inlet and outlets, an underdrain system, filter media, plant materials, and an appropriate landscape grate cover where applicable. The throat lid may be a precast unit or cast-in-place. The lid must be able to take H-20 loading. Concrete for the cast-in-place or precast components shall conform to ASTM Designation C890 and meet the following additional requirements: 1. The lid thickness shall not be less than as shown on the dimensional drawings. In all cases, the lid thickness shall be no less than the minimum thickness necessary to meet loading requirements of the application as determined by a Licensed Professional Engineer. 2. Any precast concrete components shall be cured by a WSDOT approved method. The unit shall not be shipped until the concrete has attained 85 percent of its designed compressive strength. 3. Precast lid joints to be sealed with an Engineer-approved non-shrink grout. 4. Dimensions to meet the requirements of the approved drawings. Any precast lid frames, covers, and grates to be as recommended by the manufacturer and subject to review of the Engineer for compatibility with site-specific conditions. Any precast lid frames, covers, and grates within the pedestrian access route shall be ADA compliant. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-113 February 2021 Bid Set – Project No.: TED4004100 Division 7 All precast component surfaces shall be free of defects. Imperfections may be repaired to the acceptance of the Engineer. All concrete forms shall be removed from inside throat area unless approved by Engineer. 7-06.3 Construction Requirements The tree box biofiltration unit shall be installed per the manufacturer’s recommendations and requirements. The unit shall be placed on a compacted subgrade with a minimum 6-inch crushed gravel base matching the final grade of the curb line in the area of the unit. The lid shall be placed such that it matches the grade of the sidewalk in the area of the unit. Unsuitable material below subgrade shall be replaced to site Engineer’s approval. The throat must attach to the TBBU per the manufacturer’s recommendation or Plan Details. Final grades must be consistent with Plans or Details. The curb inlet must transition to the standard curb and inlet per Plans at locations shown. Performance Specification The following performance specifications are required of the finished assembly: 1. The lid must be designed to support H-20 loading. 2. The installed lid must meet all ADA Standards for transitions, joints, and finishes. 3. Concrete throat inlet must capture stormwater from the curb and gutter and deflect the stormwater to the TBBU along the entire width of the TBBU. 4. The curb inlet and throat shall have a minimum height at or near the entrance of the curb inlet to prevent debris from getting lodged under the lid. 5. The slope of the throat from the gutter to the TBBU must be greater than the slope parallel to the flow line of the gutter. Submittals Drawings The manufacturer shall provide the Contractor with dimensional drawings of any precast lid or lid components for approval. The Contractor shall utilize the approved drawings to show details for construction, materials, specifications, reinforcing, joints, and any appurtenances. A Professional Engineer shall certify the drawings, design calculations, and load rating. Manufacturer’s Certification The Contractor shall submit manufacturer’s documentation sealed by a registered professional engineer, which certifies that all components of the unit have been manufactured and assembled to meet the requirements of these Specifications and the approved drawings. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-114 February 2021 Bid Set – Project No.: TED4004100 Division 7 Manufacturer’s Warranty The precast lid manufacturer shall provide a 1-year warranty for the system. Improper operation, improper maintenance, or accidental or illegal activities (i.e., dumping of pollutants, vandalism, etc.) will void the warranty. 7-06.4 Measurement “Tree Box Biofiltration Unit” will be measured per each. 7-06.5 Payment Payment will be made for the following Bid items when they are included in the Proposal: “Tree Box Biofiltration Unit”, per each. The unit contract price per each for “Tree Box Biofiltration Unit” shall be full pay for furnishing and installing the structure, including all structure excavation, furnishing and installing foundation and backfill around the structure, connecting new or existing pipe to the structure, furnishing and installing all required fittings and couplings, adjusting the precast lid to final grade, extended concrete throat, and media, grates, internal piping, or other appurtenances for a fully-operational system. The unit contract price per each for the tree box biofiltration unit shall also include two maintenance visits by the manufacturer to each structure for one year after installation. Trees or shrubs installed within the structures shall be measured and paid separately under Section 8-02 of these Special Provisions and the Standard Specifications. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1) Excavation and Preparation of Trench 7-08.3(1)A Trenches Section 7-08.3(1)A is supplemented with the following: (***Renton***) To minimize trench subgrade disturbance during excavation, all trench excavation for new storm drain shall done with a smooth-edge bucket rather than a toothed bucket. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Structure Excavation Class B Incl. Haul includes the trench excavation for the storm sewer and water main construction in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off-site at an approved City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-115 February 2021 Bid Set – Project No.: TED4004100 Division 7 Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer and water main construction and in accordance with the trench limits outlined on the plan drawings. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive pre-approval from a disposal facility, manifesting, and record keeping, etc., as outlined in the Contractor’s Contaminated Soil and Groundwater Handling and Management Plan. The excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be at no additional expense to the City. 7-08.3(1)B Shoring Section 7-08.3(1)B is supplemented with the following: (***Renton***) Temporary shoring shall be designed to resist the lateral earth pressure resulting from the soil and ground water as well as any traffic and /or construction surcharge loads. A shoring and excavation plan shall be submitted to the City prior to the Preconstruction Conference for review and approval. The plan shall outline the specific measure to be taken for temporary support and the protection of utilities and structures. The shoring plan shall be prepared by a Professional Engineer and shall cover shoring for all pipe and structures. The shoring plan shall identify precautions to be taken during removal of the shoring to minimize disturbances of the pipe and underlying bedding materials, and native soils. All new storm drain installed shall be shored. Minimum shoring technique shall be trench box. More extensive shoring may be needed in areas working in close proximity to other utilities. Contractor is responsible for using shoring system capable of protecting adjacent utilities. In areas of soft or loose soils with sloughing potential, a trench box shall not be used as it does not provide adequate sidewall support or protection for existing utilities. Alternative shoring systems for utility protection, trench support or to minimize the area affected by trench excavation include steel plates with adjustable or hydraulic bracing, or interlocking sheet piles with internal bracing. Precautions shall be taken during the removal of the shoring to minimize disturbance of the pipe, underlying bedding materials, and native soils. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented with the following: 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 inches over and 6 inches under the exterior walls of the pipe. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-116 February 2021 Bid Set – Project No.: TED4004100 Division 7 For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly 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 material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for under Unsuitable Excavation Incl. Haul. Add the following new section: 7-08.3(1)D Pipe Foundation (New Section) Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be CSBC and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. CSBC shall be paid for under Unsuitable Excavation Incl. Haul. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. 7-08.3(2) Laying Pipe 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with the following: (***Renton***) Survey line and grade control shall be provided in accordance with Sections 1-05.4 and 1-05.5 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-117 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-08.3(2)B Pipe Laying – General Section 7-08.3(2)B is supplemented with the following: (***Renton***) 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-inch 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. The Contractor shall inspect each pipe and fitting prior to installation to ensure 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 pipeline shall be closed with watertight 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 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 that exceed 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. 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 have 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 with the following: (***Renton***) 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. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-118 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented with the following: (***Renton***) 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 PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. When the existing main is constructed of vitrified clay, the main shall be re-sectioned with flexible couplings, Fernco or approved equal. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). Add the following new section: 7-08.3(2)J Placing PVC Pipe (New Section) (***Renton***) 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. Gravel Backfill for Pipe Zone Bedding will be used as the bedding material and extend from 6 inches below the bottom of the pipe to 6 inches 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. 7-08.3(3) Backfilling Add the following new section: 7-08.3(3)A Backfilling Pipe Trenches (New Section) (***Renton***) All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. The existing soils shall not be reused as trench backfill unless otherwise required by the Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of Section 9-03.14(1) of the Standard Specifications. It should be free of gravel, organics and other debris. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content, placed in loose horizontal lifts less than 6 inches in thickness, and compacted to at least 95 percent of the maximum dry density (MDD) as determined by the Modified Proctor compaction test method ASTM D1557. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-119 February 2021 Bid Set – Project No.: TED4004100 Division 7 Trench backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not be permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed in accordance with the Shoring Plan. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor’s expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, attention must be paid to ensuring good compaction around manholes. 7-08.3(4) Plugging Existing Pipe Section 7-08.3(4) is supplemented with the following: (***Renton***) Storm drain lines being abandoned under this Contract and shown in the Plans shall be filled with controlled density fill (CDF). The controlled density fill must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling the pipes. CDF shall be placed using means and methods as selected by the Contractor to ensure complete filling of the pipes without causing heave or otherwise damaging adjacent utilities/improvements. The mix design for the controlled density fill and the method of installation shall be approved by the Engineer prior to beginning operation. Add the following new section: 7-08.3(5) Television Inspection (New Section) (***Renton***) All storm drain main lines constructed as part of this project shall be inspected by the use of a television camera before substantial completion. The costs incurred in making the inspection shall be paid for under “Television Inspection.” In addition, the storm drains shall be free of water during TV inspection. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-120 February 2021 Bid Set – Project No.: TED4004100 Division 7 The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection, including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. Once the “Television Inspection” has been completed, the Contractor shall submit to the Engineer the written reports of the inspection plus the inspection video recordings. Video recordings shall be in color and provided on a CD or DVD that is viewable in Moving Picture Experts Group (MPEG) format and compatible for viewing using Microsoft Windows Media Player, Apple QuickTime Player, and Adobe Flash Player. The video shall be compatible with GraniteXP, the City of Renton’s software for storing, viewing and managing inspection videos. The Contractor shall use television inspection report forms as considered industry standard and as approved by the Engineer and provide completed forms and video recordings of the completed “Television Inspection” to the Engineer. The Contractor shall also: • Introduce water prior to starting the television inspection to allow any sags in the pipe to be seen in the video. • Mount a 1-inch ball in front of the camera head. The ball would be seen rolling in the video and give a visual reference for the depth of water. • Ensure that the video references each storm pipe segment to the upstream and downstream connecting structures. The Contractor shall correct all deficiencies found during the video inspection and demonstrate that the correction was made with an updated inspection CCTV video. Maximum allowable ponding depth detected by video inspection shall be 0.5 inches. For apparent water tightness deficiencies identified by the video inspection, the City may at its discretion accept the storm pipe line(s) for which the Contractor demonstrates meet standards per Section 7-04.3(1)B (Exfiltration Test – Storm Sewers) or 7-04.3(1)F (Low Pressure Air Test for Storm Sewers Constructed of Non Air Permeable Materials). 7-08.4 Measurement The second paragraph of Section 7-08.4 is revised as follows: (***Renton***) Abandoning pipe by filling with controlled density fill (CDF) will be measured as “Filling Pipe with CDF” by the cubic yard of this abandoned pipe. Section 7-08.4 is supplemented with the following: No specific unit of measurement shall apply to the lump sum item “Television Inspection”. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-121 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-08.5 Payment Section 7-08.5 is replaced with: (***Renton***) Payment will be made for the following Bid items when included in the Proposal: “Filling Pipe with CDF”, per cubic yard. “Filling Pipe with CDF”, per cubic yard shall be full pay for all construction tasks to fill these pipes, to verify that these pipes are full, and to perform required refilling or remedial work. “Shoring or Extra Excavation Class B”, per square foot. “Shoring or Extra Excavation Class B” per square foot shall be full pay for all excavation, backfill, compaction, and other work required. Unless specifically identified and provided as separate items, structure excavation, dewatering, and backfilling shall be incidental to pipe installation, and no further compensation shall be made. Section 7-08.5 is supplemented with the following: “Television Inspection”, lump sum. The lump sum price for “Television Inspection” shall be full pay to complete television inspection as specified in Section 7-08.3(5). 7-09 WATER MAINS 7-09.3 Construction Requirements 7-09.3(15) Laying of Pipe on Curves 7-09.3(15)A Ductile Iron Pipe Section 7-09.3(15)A is revised as follows: (***Renton***) Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half (50%) of the manufacturer’s printed recommended deflections. The Contractor shall submit to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation indicating deflections are within allowable AWWA specification tolerances. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-122 February 2021 Bid Set – Project No.: TED4004100 Division 7 Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in Section 1-09.6. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. Where pipe installation on curves requires the use of special fittings, concrete blocking shall be used per Section 7-09.3(21). Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe manufacturer’s recommendations to the Engineer for approval. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is revised to read: (***Renton***) Polyvinyl Chloride (PVC) Pipe shall not be used for water mains, water services and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement Section 7-09.3(17), including title, is deleted and replaced with the following: (***Renton***) 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The Contractor shall lay ductile iron pipe and fittings with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19) Connections 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised to read: (***Renton***) The Contractor shall not operate any valve on existing Water Main. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-123 February 2021 Bid Set – Project No.: TED4004100 Division 7 The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut-offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non-holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the above shut-off periods in order to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location and depth of the existing water mains where new connections will be made to assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the exposed water main. The Contractor shall immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans in order that the connection detail may be revised. When necessary, the profile shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and connection. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-124 February 2021 Bid Set – Project No.: TED4004100 Division 7 foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary for the City Water Maintenance personnel to install all connections to existing water mains as indicated on the contract plans, including fittings, couplings, pipe spools, shackle materials to complete the connections. The City Water Operations and Maintenance staff will: a) Deactivate and dewater the existing and new water main to perform the connections. The Contractor shall provide pumping and disposal of the water from the draining of the water mains including de-chlorination. b) Cut, remove and dispose pipe sections as necessary to install the new Materials with Contractor’s assistance c) Swab all connecting pipe and fittings with 5-6% chlorine solution d) Perform the connection work e) Reactivate and flush the Water Main The Contractor shall install the polywrap on all pipe and fittings at the connection points and installed concrete thrust blocks per Contract standard plans and specifications. In addition to those connections shown on the Plans, segments of a new Water Main may be placed in service prior to completion of the new Water Main. All connection between the charged and uncharged segments of the new Water Main, including connection to a new Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance staff. Connections to existing water mains which include the cutting of the existing water main for the installation of new in-line tee and valves shall be done in two steps: Step 1: Cut-in of existing water main for installation of in-line tee, valves and appurtenances. The Contractor shall provide all materials necessary for the City Water Maintenance personnel to cut the existing water main as indicated on the contract plans for the installation of the in-line tee and valves, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-line tee and valves by City personnel, the Contractor shall provide and install concrete blocking and polyethylene encasement behind the tee and other fittings. A minimum 3-day curing period is for all concrete blockings before a connection can be made to the new water mains or new tapping valve. Step 2: Connection of new water main to the above cut-in tee and valves, or to a new tapping valve on existing water mains. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-125 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-09.3(21) Concrete Thrust Blocking Section 7-09.3(21) is revised to read: (***Renton***) Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract Plans. Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at locations shown on the Plans and shall be in conformance with the Standard Plans and contract Plans. Reinforcement steel shall be Grade 40 or better. Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and mobile concrete mixers are not allowed. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and properly formed with plywood or other acceptable forming materials so as not to obstruct access to the joints of the pipe, bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at the Contractor’s expense. The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete thrust blocking and 1 Working Day advance notice for inspection and approval of all concrete blocking prior to backfilling. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is revised to read: (***Renton***) Water main and appurtenances including service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and making the required security deposits. The Contractor shall use the City’s issued hydrant meter with an attached backflow prevention assembly to draw water from the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning and disinfection of the water mains. Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying shall City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-126 February 2021 Bid Set – Project No.: TED4004100 Division 7 not be continued more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. Before applying the specified test pressure, the water main shall be slowly filled and air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be conducted for a 2-hour period. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. The acceptability of the pressure test and leakage test will be determined by two factors as follows: 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 2. The quantity of water lost from the main and appurtenances shall not exceed the number of gallons during the 2-hour test period as listed in the following table. Allowable leakage in gallons per 1,000 feet of pipeline* for a 2-hour test period Nominal Pipe Diameter (inches) PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-127 February 2021 Bid Set – Project No.: TED4004100 Division 7 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: 𝐿𝐿=𝑆𝑆𝑆𝑆√𝑃𝑃266,400 where: L = Allowable leakage in gallons/hour S = Gross length of pipe tested, feet D = Nominal diameter of the pipe in inches P = Test pressure during the leakage test in psi The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is obtained. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-128 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-09.3(24) Disinfection of Water Mains 7-09.3(24)A Flushing Section 7-09.3(24)A, including title, is deleted and replaced with the following: (***Renton***) 7 09.3(24)A Flushing and “Poly-pigging” Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. The “Poly-pig” shall be light density foam (1-2 pcf) with 90A durometer urethane rubber coating on the rear of the “Poly-pig” only. The “Poly-pig” shall be cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D is revised to read: (***Renton***) Dry calcium hypochlorite shall not be placed in the pipe as laid. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-129 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-09.3(24)K Retention Period Section 7-09.3(24)K is revised to read: (***Renton***) Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After the retention period, the chlorine residual shall be tested at all pipe extremities and at other representative points and shall measure at least 25 mg/L. If a measurement of less than 25 mg/L is obtained repeat disinfection is required. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N is revised to read: (***Renton***) Following chlorination, treated water shall be flushed from the newly-laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, a satisfactory report shall be received from the local or State Health Department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. After the flushing of the chlorinated water from the new water mains, an additional 16-hour rest period is required before the first set of samples is taken from representative points. After a minimum 15 minutes rest period, a second set of samples , the installation of new mains requires that two sets of samples for coliform analysis are collected using the following method: AWWA C651-14 Option B 1. Provide rest period of at least 16 hours. 2. Collect first set of samples from representative points. 3. Provide wait period of at least 15 minutes. 4. Collect second set of samples from representative points. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-130 February 2021 Bid Set – Project No.: TED4004100 Division 7 Add the following new section: 7-09.3(25) Joint Restraint Systems (New Section) (***Renton***) Where shown in the Plans, in the Specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar “SST” series. High strength low-alloy steel (cor-ten), ASTM A242, superstar “SS” series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer’s reheat and hardness Specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. Same ASTM Specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-131 February 2021 Bid Set – Project No.: TED4004100 Division 7 Installation: Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tie-bolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance into tie-couplings. Arrange tie-rods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4" 2 6" 2 8" 2 10" 4 12" 4 14" 6 16" 6 18" 8 20" 10 24" 12 Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for “T” bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tie-bolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tie-rod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at each joint. Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s satisfaction, with Koppers Bitomastic No. 300-m, or approved equal. Where poly wrapping is not required all tie-bolts, tie-nuts, tie-couplings, tie-rods and tie-washers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with Koppers Bitumastic No. 800-m, or approved equal. Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Section 7-09.4 is deleted and replaced with Section 7-16, “Measurement and Payment for Water Mains and Appurtenances.” City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-132 February 2021 Bid Set – Project No.: TED4004100 Division 7 7 09.5 Payment Section 7-09.5 is deleted and replaced with Section 7-16, “Measurement and Payment for Water Mains and Appurtenances.” 7-12 VALVES FOR WATER MAINS 7-12.3 Construction Requirements 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) is revised to read: (***Renton***) Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. [The rest of this section is deleted.] Add the following new section: 7-12.3(2) Adjust Existing Valve Box to Grade (New Section) (***Renton***) Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Section 7-12.4 is deleted and replaced with Section 7-16, “Measurement and Payment for Water Mains and Appurtenances.” 7-12.5 Payment Section 7-12.5 is deleted and replaced with Section 7-16, “Measurement and Payment for Water Mains and Appurtenances.” City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-133 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-14 HYDRANTS 7-14.3 Construction Requirements 7-14.3(1) Setting Hydrants Section 7-14.3(1) is revised to read: (***Renton***) Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). Fire hydrants shall be of such length as to be suitable for installation with connections to 6-inch, 8-inch and 10-inch piping in trenches 3-1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12-inch and larger pipe is shown unless otherwise noted in the Plans. After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7-09.3(23). The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly-Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal. Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6-inch gate valve (FL x MJ), 6-inch DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4-inch by 5-inch Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 2-3/4-inch Cor-Ten shackle rods and accessories, concrete blocks, shear block and blue pavement marker. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-134 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented with the following: (***Renton***) All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented with the following: (***Renton***) All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. Add the following new section: 7-14.3(7) Remove and Salvage Hydrant (New Section) (***Renton***) Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall be removed from the main. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.4 Measurement Section 7-14.4 is deleted and replaced with Section 7-16, “Measurement and Payment for Water Mains and Appurtenances.” 7-14.5 Payment Section 7-14.5 is deleted and replaced with Section 7-16, “Measurement and Payment for Water Mains and Appurtenances.” City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-135 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-15 SERVICE CONNECTIONS 7-15.3 Construction Requirements Section 7-15.3 is revised to read: (***Renton***) All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and connection to ductile iron water main shall be copper type “K” annealed tubing and seamless (ANSI H33.1). Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1-inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. Where installation of service lines is within existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hole-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. Where shown in the Plans, the Contractor shall: • Furnish and install new water service lines from the new water main to the new meter setters and new meter boxes near the existing meters • Furnish and install adaptors for the relocation of the existing water meters to the new meter setters and re-install the existing meters in the new meter setters • Connect the new meter setters to the customers’ private service lines • Restore disturbed areas to their approximate original condition as directed by the Engineer. 7-15.4 Measurement Section 7-15.4 is deleted and replaced with Section 7-16, “Measurement and Payment for Water Mains and Appurtenances.” 7-15.5 Payment Section 7-15.5 is deleted and replaced with Section 7-16, “Measurement and Payment for Water Mains and Appurtenances.” City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-136 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-16 VACANT Section 7-16, including title, is replaced with the following: (***Renton***) 7-16 MEASUREMENT AND PAYMENT FOR WATER MAINS (NEW SECTION) AND APPURTENANCES 7-16.1 Measurement and Payment The following subsection provides the measurement and payment information of the Bid Items specific to Schedule B – Water Main. 7-16.1(1) Mobilization and Demobilization (Bid Item B1) – Lump Sum Measurement for mobilization and demobilization will be lump sum. The lump sum price shown will cover the complete cost of furnishing and installing, complete and in-place all Work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, and move all personnel and equipment off the site after contract completion. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. For any proposed storage on private property outside the easement or work area, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. The Contractor shall prepare a Work Plan that shall include the following: A. Proposed Construction Sequence and Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Temporary Erosion and Sediment Control Plan for all stages of the project D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted roadways. E. Trench Excavation Safety Systems plan/provisions. F. Identify Disposal Sites for various waste materials and provide copies of the site’s permits, licenses, and approvals. G. Pedestrian Handling Plan. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-137 February 2021 Bid Set – Project No.: TED4004100 Division 7 The Work Plan shall be submitted to the City for review and approval within 10 days of the contract award. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 80 percent of bid price prior to completion of construction) based on the percent of completed Work as defined in the 2021 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and final clean-up of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up, Contaminated Soil and Groundwater Handling and Management Plan, safety plan, and other plans/submittals not specifically covered in bid items, etc. all in conformance with the Contract Documents. This bid item may not be more than ten percent (10%) of the total amount of Bid for the schedule. 7-16.1(2) Trench Safety Systems (Bid Item B2) – Lump Sum Measurement for trench safety systems will be per the lump sum bid price based on a percentage defined as the amount of storm/sewer/water pipelines installed divided by the total length of sewer/storm/water pipe shown to be installed in conformance with the Contract Documents. Payment for trench excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of Work in conformance with the Contract Documents. The work includes, but not limited to, preparing and submitting a shoring plan stamped by a professional engineer registered in the State of Washington by the preconstruction conference. 7-16.1(3) Removal and Replacement of Unsuitable Foundation Material (Bid Item B3) – Ton Measurement for removal and replacement of unsuitable foundation material will be measured in Tons based on the placed weight of material installed in conformance with the Contract Documents. Placement of foundation material will be measured only for the area(s) authorized by the Engineer. Certified tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for removal and replacement of unsuitable foundation material will be made at the unit bid price, which will be complete compensation for all labor, materials, tools, equipment, excavation, foundation materials, haul, placement, water, compaction, removal haul and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents. Payment for this item will be only for the removal and replacement of unsuitable material requested by the City. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-138 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-16.1(4) Select Imported Trench Backfill (Bid Item B4) – Ton Measurement for select imported trench backfill will be measured in tons based on the weight of material installed into the Work in conformance with the Contract Documents. Certified weight tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Payment for select imported backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install select import backfill, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste and surplus materials, etc., required to complete this item of Work in conformance with the Contract Documents. 7-16.1(5) Furnish and Install 6-inch 8-inch, 12-inch, and 16-inch Cl 52 DI Water Main with Restrained-Joint Fittings and Polyethylene Encasement (Bid Items B5, B6, B7, and B8) – Linear Foot Measurement for furnishing and installing water pipes with restrained-joint fittings of the size, type and class specified will be based on the actual lineal footage measured horizontally over the centerline of the installed pipe. Payment for furnishing and installing ductile iron water pipes with restrained-joint fittings of the size, type, and class specified shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hand digging as required to complete construction and protect existing improvements, including rockeries, signs, mailboxes, decking, etc., and utilities, • Furnishing, installing, laying, and jointing water pipes and restrained-joint fittings of the size, type, and class shown, polyethylene encasement, special fittings including restrained-joint harness for push-on pipes as shown on the plans, horizontal and vertical bends, mechanical joint pipe restraint follower glands, vertical crosses for poly-pigging, shackle rods, temporary blow-off assemblies, temporary thrust blocking, detectable warning tape, and all incidentals, • Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-139 February 2021 Bid Set – Project No.: TED4004100 Division 7 • Placing and compacting trench backfill, • Performing backfill compaction tests and furnished test reports to the Engineer, • Furnishing and installing all poly-pigging testing materials, • Testing, poly-pigging, disinfecting, and flushing of new valves, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 7-16.1(6) Additional Ductile Iron Fittings (Bid Item B9) – Pound Measurement of additional ductile iron fittings shall be per pound, based on the weight of fittings as listed in the AWWA Standards, ANSI/AWWA C110/A21.10-87. Fittings not listed in the above standards will be paid for at the weight listed in the Manufacturer’s catalog. Weight will be based on the fitting body only and will not include accessory items such as bolts, glands, shackles, tie rods etc. Only those extra fittings required during construction, but which are not shown on the Plans, will be paid for under the bid item for additional ductile iron fittings. Any fittings shown on the Plans that are not used due to a design change or field adjustment (i.e., leftover fittings), shall be used first at no additional charge prior to this bid item being utilized. Payment for additional ductile iron fittings shall cover the complete cost of providing all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all work, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation (up to 2’ additional depth), shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus. and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing fittings, follower glands, bolts, grip rings, Megalug-type joint restraints, concrete thrust/anchor blocks, • Testing, flushing, and disinfecting water mains, • Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles, concrete form work, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-140 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-16.1(7) Concrete for Thrust Blocking and Dead-Man Anchor Blocks (Bid Item B10) – Cubic Yard Measurement for concrete for thrust blocking, horizontal and vertical, dead-man anchor blocks will be per cubic yard for all concrete installed for thrust blocking and dead-man anchor blocks in conformance with the Contract Documents. Payment for concrete thrust blocking and dead-man anchor blocks shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles, concrete form work, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 7-16.1(8) Connection to Existing Water Main (Bid Item B11) – Each Measurement for connection to existing water main will be per each connection for completion in conformance with the Contract Documents. Payment for connection to existing water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-141 February 2021 Bid Set – Project No.: TED4004100 Division 7 • Furnishing all required pipes, fittings, adapters, couplings, and incidentals as required for City’s water department’s personnel to perform the initial cut-in installation of valves, and fittings on the existing water main(s), • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City’s water department’s personnel to perform the second and final connection of the new water line to the existing water system and to the valves installed during the initial cut-in as described above, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 7-16.1(9) Cut and Cap Existing Water Main and Abandon Existing Water Facilities (Bid Item B12) –– Each Measurement for cut and cap existing water main and abandon existing water facilities will be per each in conformance with the Contract Documents. Payment for cut and cap water main and abandon existing water facilities shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, blow-off assemblies, and fire hydrant assemblies, excluding any asbestos cement pipe or fittings, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, fittings, adapters, couplings, and incidentals as required for City’s water department’s personnel to perform the cut and cap, • Excavating for and installing thrust block, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching, • Furnishing and placing sidewalk sections. 7-16.1(10) Furnish and Install 6-Inch, 8-Inch, 12-Inch, and 16-Inch Gate Valve Assembly (Bid Items B13, B14, B15, and B16) – Each Measurement for furnishing and installing 8", 12", and 16" gate valve assemblies will be per each for each type valve installed in conformance with the Contract Documents. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-142 February 2021 Bid Set – Project No.: TED4004100 Division 7 Payment for furnishing and installing 8", 12", and 16" gate valve assemblies shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing valves, valve boxes and covers to grade, stem extensions, valve marker posts, pipe nipples, couplings, polyethylene encasement, concrete blocking, and all incidentals, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 7-16.1(11) Furnish and Install Fire Hydrant Assembly on New Water Main (Bid Item B17) – Each Measurement for furnishing and installing fire hydrant assembly on new water main will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. Payment for furnishing and installing fire hydrant assembly on new water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing new fire hydrant assembly, main line tee and 6-inch gate valve, standpipe, shoe, and 6-inch DI piping up to 40 feet per hydrant run, Storz adapter, blue pavement marker, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-143 February 2021 Bid Set – Project No.: TED4004100 Division 7 • Furnishing and installing shut-off valve, valve box, valve extension, • Furnishing and installing shackles, tie-rods, concrete blocking, and joint restraints, drain rocks, polyfilm, • Adjust hydrant to finish grade and install concrete shear block, • Placing and compacting trench backfill, • Testing, disinfecting, and flushing of new hydrants, • Replacing, protecting, and/or maintaining existing utilities, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching, • Painting the hydrants with two field coats as paint as specified in the Contract Documents • Moving, transplanting, potting, trimming, pruning shrubs and tree branches, removing and relocating fence, and grading to create a clear-zone around the hydrant as specified in the Contract Documents. 7-16.1(12) Furnish and Install Fire Hydrant Assembly on Existing Water Main including Wet Tap By Approved Wet-Top Contractor (Bid Item B18) – Each Measurement for furnishing and installing fire hydrant assembly on existing water main will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. Payment for furnishing and installing fire hydrant assembly on existing water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, fittings, adapters, couplings, and incidentals as required for City’s water department personnel to perform cut-in installation on the existing water main or for an approved wet-tap contractor to perform a wet tap connection to the existing water main, • Furnishing and installing new fire hydrant assembly, main line tee and 6-inch gate valve, standpipe, shoe, and 6-inch DI piping up to 40 feet per hydrant run, Storz adapter, blue pavement marker, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-144 February 2021 Bid Set – Project No.: TED4004100 Division 7 • Furnishing and installing shut-off valve, valve box, valve extension, • Furnishing and installing shackles, tie-rods, concrete blocking, and joint restraints, drain rocks, polyfilm, • Adjust hydrant to finish grade and install concrete shear block, • Placing and compacting trench backfill, • Testing, disinfecting, and flushing of new hydrants, • Replacing, protecting, and/or maintaining existing utilities, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching, • Painting the hydrants with two field coats as paint as specified in the Contract Documents • Moving, transplanting, potting, trimming, pruning shrubs and tree branches, removing and relocating fence, and grading to create a clear-zone around the hydrant as specified in the Contract Documents. 7-16.1(13) Furnish and Install 1-Inch Water Service Connection (Bid Item B19) – Each Measurement for furnishing and installing 1" water connection will be per each for each 1" water connection installed in conformance with the Contract Documents. Payment for furnishing and installing 1" water connection shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new water service lines, • Furnishing and installing new 1-inch ball valve corporation stops, tapping the main, laying and jointing the new copper water service lines and fittings, new meter setter, new meter boxes and lids, • Testing, disinfecting and flushing the new service line, • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines, • Abandoning existing water service lines by cutting and crimping or capping, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-145 February 2021 Bid Set – Project No.: TED4004100 Division 7 • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. 7-16.1(14) Stormwater Pollution Prevention and TESC Plan and Implementation (Bid Item B20) – Lump Sum Measurement for Stormwater Pollution Prevention and TESC Plan and Implementation will be based on the lump sum bid price in conformance with the Contract Documents. Temporary Erosion Control measures include inlet protection (catch basin inserts), cleaning catch basins, filter fabric fencing, construction entrance, straw mulch, plastic sheeting, etc. at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to, hay bales, placement of plastic sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities needed to control erosion from the project. The Contractor shall update the DRAFT Storm Water Pollution Prevention Plan, develop a "red lined" Temporary Erosion and Sediment Control plan and submit it to the City for review and approval. The plan shall be based on the 2016 City of Renton Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. The lump sum price for “Stormwater Pollution Prevention (and TESC) Plan and Implementation” shall be full pay for all labor, material, tools, equipment, and other incidental costs required to prepare the Stormwater Pollution Prevention Plan and Temporary Erosion and Sediment Control Plan as describe in Section 1-07.15 and implement the temporary erosion and sediment control BMPs including but not limited to installation, monitoring, and maintenance of sediment ponds, straw wattles, filter fabric fencing, pumping of construction water, coffer dams, temporary storm drain diversions including temporary piping, check dams, cover measures including plastic covering, street sweeping, collection and disposal of wastewater from asphalt and concrete cutting operations and other work necessary to meet the contract and permit requirements, not otherwise shown as a separate payment item. Payment shall also include the Contractor’s use of Baker Tanks, as needed during construction and associated labor, tools, equipment and incidental costs including Baker Tank mobilization, set up, maintenance, and relocation as work progresses, and incidentals required to use Baker Tanks, when needed to meet regulatory discharge requirements. Work shall include coordination, permitting, fees, and treatment required by the City of Renton as required in 1-07.15 if discharging to the sanitary sewer. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-146 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-16.1(15) Furnish and Install 2-Inch Permanent Blow-Off Assembly (Bid Item B21) – Each Measurement for furnishing and installing 2-Inch Permanent Blow-Off Assembly will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. Payment for furnishing and installing 2-Inch Permanent Blow-Off Assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12” in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical or hand trenching to install new blow-off assembly, • Furnishing and installing new blow-off assembly, cap or plug with 2-inch tap on water main, 2-inch resilient-seated gate valve, all associated pipes, fittings, gaskets, and appurtenances, and washed gravel with polyethylene cover, • Furnishing and installing valve box and valve extension, • Furnishing and installing meter box and lid, • Placing and compacting trench backfill, • Adjusting blow-off assembly, valve box and lid, and meter box to finish grade, • Furnishing and installing concrete blocking at water main cap or plug, • Testing, disinfecting, and flushing of new blow-off assembly, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-147 February 2021 Bid Set – Project No.: TED4004100 Division 7 7-17 SANITARY SEWERS 7-17.3 Construction Requirements 7-17.3(2) Cleaning and Testing 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: CCTV Inspection 1. All newly installed and newly rehabilitated (public and private) Sanitary Sewer and Storm Drain main lines shall be inspected by means of remote CCTV. CCTV inspections and reports shall be submitted to the City of Renton inspector assigned to the project prior to receiving approval to install project curbs, gutters and/or pavement. 2. The Contractor shall perform all CCTV inspections in accordance with the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP). 3. All CCTV operators shall have current NASSCO PACP certification. 4. CCTV inspections shall be recorded in a GraniteNet compatible format database using the latest software version and submitted with electronic links between the data and the video on an External HDD, DVD or Flash Drive. 5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear footage between manholes along the existing pipeline centerline from the start of pipe to end of pipe. 6. All Owner and PACP required header information must be fully and accurately entered on all CCTV reports. Work not following these specifications will be rejected and the Contractor shall be required to re-CCTV the work. 7. The documentation of the work shall consist of PACP CCTV Reports, PACP database which will have a .MDB or .MDF File extension, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except as noted otherwise in this document. 8. The camera must be centered in the pipe to provide accurate distance measurements to provide locations of features in the sewer and these footage measurements shall be displayed and documented on the video. All PACP Observations shall be identified by audio and on a PACP log. All video must be continuously metered from manhole to manhole. All video recording shall be continuous from structure to structure with no “pausing” of the video recording during each pipeline inspection. The pipe shall be cleaned prior to the CCTV inspection to ensure all defects, features and observations are seen and logged. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-148 February 2021 Bid Set – Project No.: TED4004100 Division 7 9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and recording, water (containing dye) shall be introduced into the upstream manhole of each pipe segment until it is observed and recorded flowing past the camera’s field of vision in its entirety. 10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached that has 1/4” markings to show the depth of water in the pipe during the CCTV inspection. 11. All manholes shall be channeled and coated prior to CCTV inspection. 12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no more than 1/2” of ponding to be considered acceptable. END OF DIVISION 7 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-149 February 2021 Bid Set – Project No.: TED4004100 Division 8 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3(1) General 8-01.3(1)C Water Management Section 8-01.3(1)C is supplemented with the following: (***Renton***) No in-water work has been permitted for this project. 8-02 ROADSIDE RESTORATION 8-02.1 Description Section 8-02.1 is revised with the following: (***Renton***) This work shall consist of furnishing and placing topsoil and soil amendments, and furnishing and planting trees, shrubs, ground covers, and installation of seeded lawn in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Trees, shrubs, and ground covers will hereinafter be referred to as “plants” or “plant material.” 8-02.3 Construction Requirements 8-02.3(2) Work Plans Section 8-02.3(2) is supplemented with the following. (***Renton***) Within twenty-four (24) calendar days after award of contract, the Contractor shall submit written documentation to the Engineer that all specified plant materials have been ordered. Documentation shall include list of supplier’s names, addresses, and phone numbers along with a list of respective growing or storage locations with addresses. The Contractor shall provide all plants of the size, species, variety, and quality noted and specified. The Contractor shall contract grow plant materials, if necessary, to ensure that the required size, species, variety and quality of plant materials shall be provided. The use of chemical herbicides shall be considered on a case-by-case basis. The Contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to the Engineer for approval prior to use. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-150 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-02.3(4) Topsoil Section 8-02.3(4) is supplemented with the following: (***Renton***) Topsoil shall be installed to a minimum 2-inch compacted depth in all restoration areas and 12-inch compacted depth in all shrub/groundcover planting areas. For all shrub/groundcover areas, excavate subgrade material as required to permit installation of topsoil and mulch to their specified depths. The first 3 inches of topsoil shall be incorporated into the top 6 inches of subgrade by rototilling. The second 3 inches of topsoil shall be then installed and finish graded. All clods, hard lumps, rocks 1-inch in diameter or larger, and litter and other debris shall be raked up, removed, and disposed of by the Contractor. 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: (***Renton***) All topsoil shall be Topsoil Type A and shall meet the requirements of Section 9-14.2(1) as modified herein. 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation Section 8-02.3(5) is supplemented with the following: (***Renton***) The subgrade of all planting and lawn areas shall be scarified or horizontally ripped to a depth of 6 inches prior to topsoil placement and compaction. Scarify the sides and bottom of all tree pits. The Contractor shall notify Engineer of possible poor draining or heavily compacted soil conditions prior to proceeding with construction. All debris shall be removed before Topsoil Type A is placed. Topsoil Type A shall not be placed when the ground is frozen, excessively wet, or in the opinion of the Engineer, in a condition detrimental to the work. 8-02.3(7) Layout of Planting, Lawn and Seeding Areas Section 8-02.3(7) is supplemented with the following. (***Renton***) The Contractor shall be responsible for determining final quantities of plant material to complete the landscape Plan as shown based on the actual clearing and grading limits, and notify the Engineer of any discrepancy prior to planting. The Contractor shall coordinate with the Engineer the final location for all plant materials. The Contractor shall neither deliver to the site nor install materials until authorized by the Engineer. The Contractor shall provide the Engineer with a least one week notice prior to delivery. The Contractor shall place plantings City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-151 February 2021 Bid Set – Project No.: TED4004100 Division 8 starting from the perimeter of the bed area and progressing to the center. Field adjustments for plant layout shall be approved by the Engineer. 8-02.3(8) Planting Section 8-02.3(8) is supplemented with the following. (***Renton***) The Contractor shall advise the Engineer where the drainage of planting holes is limited or non-existent because of heavy clay, hardpan, or rock. The Engineer will determine the method and extent of improved drainage. All trees, shrubs, and groundcovers shall be planted as shown on the Plans. When performing the following work, the Contractor shall not injure the root system nor over excavate plating pit depth. The Contractor shall utilize the following methods in planting. Trees and shrubs shall be handled by the rootball, not by the trunk. Plant shrubs upright, and rotate to give the best appearance or relationship to adjacent plants, topography, and structures. Hold plant rigidly in position until backfill has been tamped firmly around the ball or roots. When the pit is backfilled halfway, place stakes, if necessary, as shown in the Plans. When planting pit is three-quarters (3/4) backfilled, fill with water and allow water to soak away. Fill pits with additional backfill as shown in the Plans. Water immediately after planting. Carefully place, water, compact backfill, and fill all voids. 8-02.3(8)C Pruning, Staking, Guying, and Wrapping Section 8-02.3(8)C is supplemented with the following: (***Renton***) Tree Stakes Removal At the end of the plant establishment period, all tree stakes and ties shall be removed and disposed of by the Contractor subject to the approval of the Engineer. The Contractor shall not cut tree stakes at ground level. Complete removal of the tree stakes is required. 8-02.3(11) Mulch 8-02.3(11)B Bark or Wood Chip Mulch Section 8-02.3(11) is supplemented by the following: (***Renton***) Bark Mulch Placement Bark mulch shall be placed to a uniform compact depth of 2 inches over all shrub and groundcover planting areas, in all planting saucers around trees and where indicated on the drawings as a mulch only groundcover. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-152 February 2021 Bid Set – Project No.: TED4004100 Division 8 Mulch Finish grade of bark mulch shall be feathered to 1/2 inch below top of all curbs, paving, and irrigation boxes. Plant Crowns All plants shall be free of bark mulch within 6-inch radius of the plant crowns and tree trunks. 8-02.3(13) Plant Establishment Section 8-02.3(13) is supplemented by the following: (***Renton***) All irrigation systems shall be operated fully automatic during the plant establishment period and until final acceptance of the contract. After irrigation installation, the Contractor shall train City crews how to operate the system within 30 calendar days. Add the following new section: 8-02.3(17) Synthetic Turf (New Section) (***Renton***) The work consists of installing synthetic turf in accordance with these Specifications and the details shown in the Plans or as approved by the Engineer. Synthetic Turf shall be Diamond Pro Fescue Turf or approved equal. Install per manufacturer’s recommendations. 8-02.4 Measurement Section 8-02.4 is supplemented with the following: (***Renton***) Measurement of bark mulch will be by the cubic yard in the haul conveyance at the point of delivery. Additional disturbed areas that require hydroseeding for purposes of erosion control will be measured as “Seeding, Fertilizing, and Mulching,” per square yard. 8-02.5 Payment Section 8-02.5 is supplemented with the following: (***Renton***) “Topsoil Type A”, per cubic yard. “Plants for Landscaping”, lump sum. “Bark Mulch”, per cubic yard. “Synthetic Turf,” per square foot. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-153 February 2021 Bid Set – Project No.: TED4004100 Division 8 All excavation, haul, and disposal of surplus excavated material required for placing topsoil, mulch, and planting or relocation of trees and shrubs shall be included in the various items and no additional payment will be made. The unit price per cubic yard for “Topsoil Type A” shall be full pay for providing the source material, topsoil testing, and incorporating the amendments recommended by the soils testing laboratory for excavating, loading, hauling, for site preparation including windrowing, stock piling, weed control and removal, placing, spreading, processing, cultivating, and fine grading topsoil Type A. The contract bid price for “Plants for Landscaping” lump sum, shall be full compensation for all labor, material, tools, equipment, and supplies necessary to fine grade, produce, plant, cultivate, and cleanup for the particular items called for in the Plans. The unit contract price per cubic yard for “Bark Mulch” shall be for providing the source material, loading, hauling, stockpiling, and spreading bark mulch. The contract price for “Synthetic Turf” shall be for furnishing and installing all synthetic turf and all associated materials as recommended by the manufacturer. 8-03 IRRIGATION SYSTEMS 8-03.1 Description Section 8-03.1 is supplemented with the following: (***Renton***) The water meters shall be furnished and installed by the City of Renton Water Department. The Contractor shall furnish and install all other appurtenances for the irrigation system at the location shown in the Plans. Contractor’s Responsibility It shall be the Contractor’s responsibility to contact the Engineer to schedule the water meter installations. Notice Requirement The Contractor shall provide a minimum of 10 calendar days prior notice is required to ensure no service installation delays. 8-03.3 Construction Requirements Section 8-03.3, paragraph 3, is revised with the following: (***Renton***) Water meter installation shall be made by City of Renton Water Department. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-154 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-03.3(3) Piping Section 8-03.3(3), paragraph 1, is revised with the following: (***Renton***) All mainlines shall be a minimum of 24 inches below finished grade as measured from top of pipe or as detailed. All mainline piping under paved surfaces shall be enclosed in PVC conduit. All mainline under paved street surfaces shall be enclosed in PVC conduit 24 inches below finished grade as measured from top of sleeve. Irrigation conduit shall extend a minimum of 1 foot beyond the limits of paving or back of curb. All lateral lines shall be a minimum of 24 inches below finished grade, measured from top of pipe or as detailed. All lateral line piping under paved surfaces shall be enclosed in PVC conduit. All laterals under paved street surfaces shall be enclosed in PVC conduit 24 inches below finished grade as measured from top of sleeve. 8-03.3(5) Installation Section 8-03.3(5) is revised with the following: (***Renton***) Hard-drawn copper type K or threaded brass piping shall be used from the water meter or service connection through the cross-connection control device. Final position of shrub/ground cover sprinkler heads shall be flush with finish grade of bark mulch, as detailed. Final position of all valve boxes shall be flush with finish grade of mulch in planting areas as detailed and no closer than 12 inches to paving and perpendicular or parallel to paving. Approximate locations of valve boxes are shown on Drawings. 8-03.3(6) Electrical Wire Installation Section 8-03.3(6), paragraph 1, is revised with the following: (***Renton***) Wire shall be installed under mainline pipe. Valve Wiring Place all valve wiring installed under pavement and walls, or through walls, in a separate Schedule 40 PVC conduit adjacent to the irrigation pipe sleeve. PVC conduit for irrigation electrical wiring shall: a. Be of sufficient size to accommodate all required control wiring but not be less than 1 inch outside diameter. b. Meet the installation requirements of PVC conduit per Section 8-20.3(5). City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-155 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-03.3(11) System Operation Section 8-03.3(11) is supplemented with the following: (***Renton***) For the purpose of this contract and in accordance with Section 8-02.3(12), the final inspection and the life of the contract shall coincide with the end of the first year plant establishment. 8-03.3(12) Cross Connection Control Device Installation Section 8-03.3(12) is supplemented with the following: (***Renton***) Cross connection control devices (Double Check Valves) shall be inspected and tested, prior to use in accordance with the applicable portions of the Washington Administrative Code (WAC 246-290-490) and other applicable regulations as set forth by the Washington State Department of Environmental Health and the Washington State Department of Transportation. 8-03.3(13) Irrigation Water Service Section 8-03.3(13) is deleted and replaced with the following: (***Renton***) The Contractor shall be responsible for providing a new water service connection for the irrigation system as described in Section 7-15. Add the following new section: 8-03.3(15) Protection, Restoration and Extension of Existing (New Section) Irrigation Systems (***Renton***) Every effort has been made to identify areas where existing private irrigation systems may be impacted by the Contractor’s activities during construction of the project. Prior to beginning work, Contractor shall attend a site visit with the Engineer and individual property owners to determine and document function of existing irrigation systems. In the event that there are existing deficiencies noted in the operation of existing systems, the property owners shall be granted a period of up to 2 weeks to correct deficiencies prior to a second site visit. All functioning private irrigation systems, as determined by the condition of operation at the initial meeting, or follow-up meeting if necessary, shall be protected by the Contractor during construction and restored and/or extended as noted in the Plans by the end of project construction to preconstruction function or better. The Contractor shall be responsible for watering plant materials in the potentially affected irrigation areas noted on the Plans. It shall be the Contractor’s option to either maintain existing irrigation systems or hand watering for the duration of the construction contract. In the event that irrigation systems are damaged during construction, the Contractor shall restore existing systems to the preconstruction function or better. The Contractor shall use head-to-head spacing in order to achieve uniform coverage within areas impacted during construction. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-156 February 2021 Bid Set – Project No.: TED4004100 Division 8 Within 2 weeks of the substantial completion date, the Contractor shall attend follow-up site visits with the Engineer and each of the effected property owners to confirm the proper functioning and operation of the irrigation systems in the areas as noted in the Plans. In the event that the post construction function does not match or better the function noted at the preconstruction site visits, the Contractor will be given 2 weeks to correct any deficiencies. With the Engineer’s and property owner’s acceptance of the restored and/or extended irrigation systems, the responsibility for protecting and maintaining the private irrigation systems and landscaping will be transferred back to the property owner. 8-03.4 Vacant Section 8-03.4, including title, is replaced with the following: (***Renton***) 8-03.4 Measurement The measurement for the new City of Renton irrigation system for planting areas within the roadway right-of-way and permanent easements, will be by the lump sum for all irrigation equipment downstream of the water meter (including the connections thereto), including the double check backflow assembly(ies), controller, conduit and sleeving, communication wire, and electrical service connections required to automatically operate the irrigation system. The protection, restoration, and extension of irrigation systems will be measured by the lump sum for each of the areas noted in the Plans. 8-03.5 Payment Section 8-03.5 is supplemented with the following: (***Renton***) Payment for the “Irrigation System” shall be lump sum for installing the automatically controlled irrigation system complete and operational. The Contractor shall bear all costs for water used for installation and operation of the irrigation system for the life of the contract. Those costs shall be included in the Contractor’s lump sum for Irrigation System. “Irrigation System Restoration” per lump sum. The lump sum pay items for “Irrigation System Restoration” shall be full payment for all costs associated with attending site meetings, protecting existing irrigation systems during construction, temporary modifications to the existing systems or other measures as needed to water and maintain private, irrigated, landscape areas during construction, and restoration of existing irrigation systems at the end of construction to the preconstruction condition or better. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-157 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.2 Materials Section 8-04.2 is supplemented with the following: (***Renton***) Cement concrete curb, and curb and gutter shall be constructed with Class 4000 air entrained concrete conforming to the requirement of Section 6-02 of the Standard Specifications. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.2 Materials Section 8-12.2 is supplemented with the following: (******) Coated Chain Link Fence All new chain link fences shall be coated. Chain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet-insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match SAE AMS Standard 595 color number 17038, or be as approved by the Engineer. Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. The Contractor shall supply the Engineer with two aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used. 8-12.5 Payment Section 8-12.5 is supplemented with the following: “Chain Link Fence Type 4”, per linear foot. The unit contract price per linear foot for “Chain Link Fence Type 4” shall include all costs for furnishing the necessary materials, labor, equipment, and tools to construct the fence including, but not limited to, new concrete footings, waste haul of all excess excavated material, posts, bars, tension wire, privacy slats where shown on the Plans, chain link fabric, vinyl coating, touchup paint, and all hardware for a complete installation. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-158 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-13 MONUMENT CASES 8-13.3 Construction Requirements Section 8-13.3 is supplemented with the following: The Contractor’s survey shall furnish and install the monuments. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Section 8-14.1 is revised to read: This Work consists of constructing cement concrete sidewalks, curb ramps, bus stop shelter foundations, masonry sidewalks, and ramp grinding in accordance with details shown in the Plans, Standard Plans, these Specifications, and in conformity to the lines and grades shown in the Plans, Standard Plans, and as established by the Engineer. 8-14.3 Construction Requirements Section 8-14.3 is supplemented with the following: The Contractor shall request a pre-construction meeting with the Engineer to be held two to five working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-159 February 2021 Bid Set – Project No.: TED4004100 Division 8 8. Contractor ADA survey and ADA Feature as-built requirements 9. Cold Weather Protection Timing Restrictions Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps shall be completed and open to traffic within five calendar days before construction can begin on another leg of the intersection unless otherwise allowed by the Engineer. Unless otherwise allowed by the Engineer, the five calendar day time restriction begins when an existing curb ramp for the quadrant or traffic island/median is closed to pedestrian use and ends when the quadrant or traffic island/median is fully functional and open for pedestrian access. Layout and Conformance to Grades Using the information provided in the Contract documents, the Contractor shall lay out, grade, and form each new curb ramp, sidewalk, and curb and gutter. (***Renton***) Cement concrete sidewalks shall be constructed with Class 4000 air entrained concrete conforming to the requirement of Section 6-02 of the Standard Specifications. Any sidewalk damaged, defaced, cracked, chipped, or determined to be of poor workmanship, in the opinion of the Contracting Agency, shall be removed, waste hauled, and replaced by the Contractor at the Contractor’s expense. Damaged sidewalk shall be removed at a construction or expansion joint. Sacking, grinding, or spot repaired shall not be considered an acceptable means for repairing unacceptable sections. The Contractor shall further provide verbal and written notice (door hanger) to property owners abutting the Project identifying restricted use of these facilities, etc. This notice must be provided 1 week prior and again 1 day prior to the work being performed. 8-14.4 Measurement Section 8-14.4 is supplemented with the following: (***Renton***) “Cement Conc. Sidewalk” will be measured by the square yard. 8-14.5 Payment Section 8-14.5 is supplemented with the following: (***Renton***) “Cement Conc. Sidewalk”, per square yard. The unit contract price per square yard for “Cement Conc. Sidewalk” shall include all costs of furnishing all materials, labor, tools, and equipment necessary for a complete installation including forming, furnishing, and placing concrete; sidewalk transitions and driveways, thickened edges, jointing and joint filler, curing, barricades, end-sections, and any other items required for a complete installation in good working order and in accordance with the Plans, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-160 February 2021 Bid Set – Project No.: TED4004100 Division 8 the Specifications, and as required in the field. It shall also include protecting all sidewalk from damage until accepted by the Contracting Agency. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description Section 8-20.1 is supplemented with the following: (***Renton***) The Work shall include the following: 1. Installing a complete, functional illumination system; 2. Installation, relocation, removals and reconnections to existing electrical services; 3. Modifications and relocations to the existing High-Intensity Activated Crosswalk (HAWK) system at NE 12th Street, including relocation of the associated signal controller and service cabinet; 4. Fiber installation and connections from NE Sunset Boulevard to NE 12th Street and NE 10th Street with coordination with the City; 5. Relocation of existing solar powered flashing beacon assemblies; 6. Relocation of one existing solar flashing beacon assembly and conversion from solar to wired power; 7. Removal of existing wired radar speed limit sign and installation of new solar powered radar speed limit sign; 8. All work shown on the Plans and described in the Special Provisions not listed in items 1-7. The existing lighting circuits shall remain in operation until the new foundation, conduit work, and wiring for the new system is in place and ready for transfer. Transfer shall be conducted in the shortest time possible, not to exceed one 8-hour workday. The exact work plan and schedule must be pre-approved by the Engineer. Work shall include all other items as shown in the Plans or in these Special Provisions. All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, Amendments, City Standards, Puget Sound Energy Standards, King County Standards included herein and the following Special Provisions. The Work shall include the supply, testing and installation of all traffic signal hardware, including the communication cable and interface system, and replacement of an existing system. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-161 February 2021 Bid Set – Project No.: TED4004100 Division 8 The Work shall also include removing existing traffic signal and illumination equipment, pull boxes, poles, loop detectors, controller cabinets, service cabinets, and bases, and all necessary associated equipment where applicable to complete the Work. The Work will also include providing a complete, functional illumination system. The Work shall include the supply, testing, and installation of all electrical hardware, including the fiber optic cable and system. 8-20.1(1) Regulations and Code Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the following: (***Renton***) All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA), whichever is applicable, and to other codes listed herein. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. Section 8-20.1(1) is supplemented with the following: (***Renton***) All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2021 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction and Amendments (herein referred to as Standard Specifications), to all current amendments to the Standard Specifications, to the latest edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction (herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the City of Renton Standards and Details, to Puget Sound Energy Standards, to the latest edition of the National Electric Code (NEC), and to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington. 8-20.1(2) Industry Codes and Standards Section 8-20.1(2) is supplemented with the following: (***Renton***) National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331, 445 Hoes Lane, Piscataway, NJ 08855-1331. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-162 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-20.1(3) Permitting and Inspections Section 8-20.1(3) is supplemented with the following: (***Renton***) The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The City of Renton Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the Electrical Inspector to coordinate a schedule of electrical inspections (call the request line at 425-430-7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of the electrical control permit and inspection sticker inside cabinets Add the following new section: 8-20.1(4) Restrictions on the Schedule of Work (New Section) (***Renton***) Mast Arm Erection Mast arms shall not be erected more than fourteen (14) calendar days prior to the signal system being turned on. Work in Roadway All work in the roadway is subject to the traffic control requirements specified in Section 1-10. Fiber Installation Impacts The Contractor shall include all fiber cutovers and anticipated down time in their construction schedule. Any change in schedule for impacts to fiber shall be provided a minimum of five (5) working days in advance. The Contractor shall meet with City staff to discuss all cutovers to work out a plan to minimize down time. Add the following new section: 8-20.1(5) Traffic Control During Construction (New Section) (***Renton***) The Contractor shall include in the submitted traffic control plan a detailed plan during roadway trenching, erection of mast arms, and other activities requiring lane closures or detours. See Section 1-10 for traffic control requirements and uniformed police officer requirements. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-163 February 2021 Bid Set – Project No.: TED4004100 Division 8 Add the following new section: 8-20.1(6) Permits (New Section) (***Renton***) The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the City of Renton Electrical Inspector to coordinate a schedule of electrical inspection (call the request line at 425-430-7275). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. Prior to PSE energizing service cabinets, an electrical inspection must be passed with a copy of the electrical control permit and inspection sticker inside cabinets. 8-20.1(7) Errors and Omissions (New Section) (***Renton***) The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery without authorization by the Engineer will be done at the Contractor’s risk. 8-20.2 Materials Section 8-20.2 is supplemented with the following: (***Renton***) Material requirements for signal, illumination and communication systems are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions. The Engineer reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Engineer at the job site before installation. Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard Specifications. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-164 February 2021 Bid Set – Project No.: TED4004100 Division 8 Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3) of the Standard Specifications. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances per Section 9-03.1(5)A of the Standard Specifications. 8-20.2(1) Equipment List and Drawings Delete the first paragraph of Section 8-20.2(1) and replace with the following: Prior to submittal approval, the Contractor shall pothole to confirm that the signal pole foundation may be constructed where designed. Within TWENTY (20) calendar days following execution of the Contract, the Contractor shall submit to the City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425-430-7423) a completed “Request for Approval of Material” that describes the material proposed for use to fulfill the Plans and Specifications. Delete the fifth paragraph of Section 8-20.2(1). 8-20.3 Construction Requirements Section 8-20.3 is supplemented with the following: (***Renton***) Signal Installation Coordination with the City The Contractor shall coordinate with City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425-430-7423) for all required signal installation work and testing. Power Source Coordination The Contractor shall coordinate all of the installation details for the electrical service cabinet(s) with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the Contractor shall meet with a PSE Representative (call 1-888-321-7779) in the field to verify the location of power source as shown in the Plans and shall notify the Engineer immediately if any conflicts exist. Except for the service connection, the PSE portion of the installation shall be completed prior to installation of the service cabinet by the Contractor. 8-20.3(1) General Add the following new section: 8-20.3(1)D Illumination Requirements During Construction (New Section) (***Renton***) Existing or higher illumination levels shall be maintained by using existing or temporary illumination until the new system is operational. The Contractor is responsible for maintaining ten (10) feet clearance zone around existing aerial primary power lines during the construction. Coordinate work with the power company. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-165 February 2021 Bid Set – Project No.: TED4004100 Division 8 Add the following new section: 8-20.3(1)E Signalization Requirements During Construction (New Section) (***Renton***) Signal system shall remain fully operational during construction. Contractor shall follow the Construction Sequencing and Pedestrian Detour Plans to the extent allowed by site conditions. Modifications to the existing signals must be approved by the Engineer in the field prior to re-channelization for construction staging. Modifications shall be provided at the Contractor’s expense. The costs for any changes to the signal systems required for compliance with maintenance of traffic during construction shall be incidental to the lump sum price of Signal Systems. 8-20.3(2) Excavating and Backfilling Section 8-20.3(2) is supplemented with the following: (***Renton***) Underground utilities of record will be shown on the Plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the Plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The 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. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: • Contact the Engineer and determine if there is an alternative location for the cabinets, foundation, junction box, vault or conduit trench. • If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-166 February 2021 Bid Set – Project No.: TED4004100 Division 8 • If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. • The Contractor shall get approval from the Engineer prior to installation. • The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(3) Removing and Replacing Improvements Section 8-20.3(3) is supplemented with the following: (***Renton***) Salvaged Electrical Equipment All existing equipment that is to be removed shall not be stockpiled within the job site without the City of Renton Transportation Maintenance Manager’s approval. The following electrical equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately and delivered to the Contracting Agency unless otherwise directed by Transportation Maintenance Manager: • Luminaire Standards and Mast Arms. • Luminaires. • Traffic Signal Controllers and Cabinets • Electrical Service Cabinets. • Vehicle and Pedestrian Displays and Mounting Hardware • Pedestrian Pushbuttons • Terminal Cabinets • Visors • Back Plates • Radar Speed Limit Assembly, Flashing Beacon Assembly and associated pole and equipment (solar panel, battery, etc.). The Contractor shall give the City of Renton Transportation Maintenance Manager fourteen (14) calendar days advance written notice prior to delivery of removed materials to the City of Renton Signal Shop. Controller cabinets shall not be removed until all associated electronic equipment is removed by Contracting Agency traffic signals personnel. All other equipment shall be removed by the Contractor and delivered within twenty-four (24) hours following removal to the Contracting Agency. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-167 February 2021 Bid Set – Project No.: TED4004100 Division 8 All removed equipment which remains the property of Renton shall be delivered to Renton Corporate Yard between the hours of 8:30 a.m. and 2:30 p.m.: City of Renton Signal Shop 3555 NE 2nd Street BLDG B Renton, WA 98056 Phone: 425-430-7423 Non-Salvaged Electrical Equipment The Contractor shall: • Remove all wires for discontinued circuits from the conduit system. • Remove elbow sections of abandoned conduit entering junction boxes. • Remove abandoned conduit that is less than 24 inches below finished grade, unless otherwise indicated in the Plans. • Remove foundations in accordance with Standard Specifications Section 2-02.3(1). • Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Standard Specifications Section 2-09.3(1)E. Pole Shaft and Mast Arm Identification All removed mast arms and pole shafts shall be identified by paper identification tags recording pole number, intersection location (such as SR XXX, leg XXX), and mast arm length. Four (4) inch by 6 inch (minimum) tags shall be taped to corresponding pole shafts and mast arms. Information on the mast arm tag shall match the information on the corresponding pole shaft tag. Each tag shall be entirely covered with clear acetate tap. The tape shall be wrapped one full circle around the shaft or arm with a 1/2-inch minimum overlap at the ends and sides. The Contractor shall bundle the complete signal bridge, poles standard assembly together. The assembly consists of pole shaft, mast arm, and connecting bolts. Connecting bolts shall be attached to the original mast arm base plate. Dismantled equipment shall be clearly marked and all hardware saved in a heavy-duty burlap bag attached to the corresponding signal standard or mast arm. The Contractor shall be responsible for loading, delivering and unloading the salvaged signal equipment. The Engineer shall determine the condition of the signal equipment. Material parts will only be accepted by the Contracting Agency if in identical condition to that prior to removal. If the Contractor's operation causes damage to a removed equipment, it shall be repaired or replaced by the Contractor to the Engineer's satisfaction at no additional cost to the Contracting Agency. The Contractor shall remove and dispose properly all debris and signal equipment not identified for return to the Contracting Agency. 8-20.3(4) Foundations Section 8-20.3(4) is supplemented with the following: (***Renton***) The anchor bolts shall match that of the device to be installed thereon. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-168 February 2021 Bid Set – Project No.: TED4004100 Division 8 Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to ninety-five (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 4000P concrete. After the specified curing period, the Contractor may install the applicable device thereon. All concrete foundations shall be constructed in the manner specified below: 1. Street light pole foundations shall be constructed per the Light Pole Foundation & Sidewalk Details sheet of the Plans. 2. For flashing beacon, signal pole, and cabinet foundations, the top of the foundation shall be made flush with the top of the sidewalk, or as noted on the Plans. All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall be staked by the Contractor and locations shall be field verified and approved by the Engineer in the field prior to excavation. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required, including a spare 2-inch conduit to be used to connect the pole or controller cabinet ground wire to the ground rod in the nearest junction box. Location of all concrete foundations shall be approved by the Engineer prior to excavation. Construction Sequence All excavation for a single pile cap foundation in which the drilled shafts are to be constructed shall be completed before shaft construction begins. After shaft construction is completed, all loose or displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive the footing concrete. Shaft Excavation 1. Shafts shall be excavated to the required depth as shown in the Plans or as required by the Engineer. The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. The concrete shall be placed within two hours after the completion of shaft excavation and cleanout without any undue delay. 2. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall be secured by the installation of a safety cover. It shall be the Contractor’s responsibility to ensure the safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary casing should be used if necessary to ensure such safety and stability. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-169 February 2021 Bid Set – Project No.: TED4004100 Division 8 3. Where caving conditions are encountered, due to soft soils or water intrusion, no further excavation will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may elect to place a temporary casing or use other methods approved by the Engineer. 4. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom of the excavation such that a minimum of 50 percent of the base of each shaft will have less than 1 inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 2 inches. 5. If unexpected obstructions, which require specialized equipment and/or labor are encountered, the Contractor shall notify the Engineer promptly. Excavation shall be continued as approved by the Engineer. Excavation Inspection 1. The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Engineer. 2. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. 3. Shaft cleanliness will be determined by the Engineer, by visual inspection. 4. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete into the shaft. Reinforcing Steel Cage Construction and Placement 1. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted prior to concrete placement. The reinforcing cage shall be rigidly braced to retain its configuration during handling and when lowered into the shaft, during placement of concrete and extraction of the casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall include bracing and any extra reinforcing steel required to fabricate the cage in the shop drawings. 2. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length. Tie bars shall be continued for the extra depth, spaced on 1 feet centers, and the stiffener bars shall be extended to the final depth. These bars may be lap spliced, or un-spliced bars of the proper length may be used. Welding to the planned reinforcing steel will not be permitted unless specifically shown in either the Plans or Special Provisions. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-170 February 2021 Bid Set – Project No.: TED4004100 Division 8 3. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in this specification. Concrete spacers or other approved non-corrosive spacing devices shall be used at sufficient intervals (near the bottom and at intervals not exceeding 5 feet up the shaft) to insure concentric spacing for the entire cage length. Spacers shall be constructed of approved material equal in quality and durability to the concrete specified for the shaft. 4. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the rebar cage is not maintained within the specified tolerances, corrections shall be made by the Contractor as required by the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer. Concrete Placement Concrete placement shall commence within two (2) hours after completion of the excavation and shall be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed through a hopper at the top of the tube so that the concrete is deposited through the center of the reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the reinforcement cage. The Contractor’s proposed method for depositing concrete shall have approval of the Engineer prior to concrete placement. The concrete on the top 5 feet of the shaft shall be vibrated. Casing Removal During casing removal, a minimum 5-foot head of concrete must be maintained to balance the soil and water pressure at the bottom of the casing. This casing shall be well coated with form oil prior to concrete placement. Construction Tolerances 1. The centerline of the drilled shaft shall be within 3 inches of the Plan position in the horizontal plane, at the Plan elevation for the top of the shaft. 2. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more than 1/4 inch per foot of depth. 3. After all the concrete is placed, the top of the reinforcing steel cage shall be no more than 1/2 inch above and no more than 1/2 inch below the Plan position. 4. The minimum diameter of the drilled shaft shall be 1 inch less than the specified shaft diameter. 5. The top elevation of the shaft shall have a tolerance of ±1/2 inch from the Plan top of shaft elevation. 6. Excavation equipment and methods shall be designed so that the completed shaft excavation will have a flat bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of± 3/8 inch per 12 inches of diameter. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-171 February 2021 Bid Set – Project No.: TED4004100 Division 8 Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed within the required tolerances are unacceptable. When approved, corrections may be made to an unacceptable drilled shaft excavation by any approved combination of the following methods: 1. Overdrill the shaft excavation to a larger diameter to permit accurate placement of the reinforcing steel cage with the required minimum concrete cover. 2. Increase the number and/or size of the steel reinforcement bars. The approval of the correction procedures is dependent on analysis of the effect of the degree of misalignment and improper positioning. Correction methods may be approved as design analysis indicate. Redesign drawings and computations prepared by the Contractor’s Engineer shall be signed by a Professional Engineer licensed in the State of Washington. Materials and work necessary, including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no cost to the Contracting Agency. Submittals 1. Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Engineer for the reinforcing cage. 2. Work shall not proceed until the appropriate submittals have been approved in writing by the Engineer. 8-20.3(5) Conduit 8-20.3(5)A General Section 8-20.3(5)A is supplemented with the following: (***Renton***) Pull strings shall be provided and installed by the Contractor. When copper or fiber optic interconnect cable is part of a project, the conduit sweeps bringing the interconnect cable into and out of the junction boxes or vaults shall be offset as directed by the Engineer to accommodate the cable’s tendency to curl. The conduit sweep shall have a minimum bend radius of 24 inches. Conduits entering through the cabinet foundation shall be arranged toward the front of the cabinet for maximum accessibility or as directed by the Engineer. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. Spare conduits shall be capped and labeled as City of Renton conduits and shall include polyester detectable pull tape that meets or exceeds a breaking strength of 900 lbs. Detectable pull tape shall also be added to conduits occupied with non-electrical cables. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-172 February 2021 Bid Set – Project No.: TED4004100 Division 8 Where sidewalk panels need to be removed for the installation of conduit or junction boxes, the Contractor is responsible for restoring the area near the back of sidewalk as needed to repair damage from sidewalk panel formwork. Where intercepting and splicing to an existing conduit is called out on the Plans, the Contractor shall verify the conduit size and schedule before ordering the new conduit sections. The size provided on the Plans is an estimation. 8-20.3(5)B Conduit Type Delete the second paragraph of Section 8-20.3(5)B and replace with the following: (***Renton***) Rigid metal conduit (RMC) shall only be placed where indicated and shown on the Contract Plans. Section 8-20.3(5)B is supplemented with the following: (***Renton***) All conduit shall be rigid non-metallic unless noted otherwise in the Contract Plans or Special Provisions. All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The Contractor shall provide all conduit and necessary fittings as needed. Conduit size shall be as indicated on the wiring and conduit schedule shown on the Plans. All joints shall be made with strict compliance to the manufacturer’s recommendations regarding cement used and environmental conditions. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). Spare conduits shall be capped and labeled “City of Renton” conduits. 8-20.3(5)E Method of Conduit Installation 8-20.3(5)E1 Open Trenching Section 8-20.3(5)E1 is supplemented with the following: (***Renton***) The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the signal, illumination and ITS conduit. Trenching shall conform to the following: City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-173 February 2021 Bid Set – Project No.: TED4004100 Division 8 Uniform Construction Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with a width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. Trench Inspection No work shall be covered until it has been examined by the Engineer or Inspector. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be considered a necessary part of and incidental to the excavation in accordance with the Standard Specifications. Hauling and disposal of un-used excavation material shall be incidental to the cost of trenching or excavating. The compaction requirements for the roadway backfill shall apply. Saw Cut for Trench Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches deep and shall be parallel. Thoroughly clean saw cuts where necessary by the use of high pressure water (1,400 psi or greater). All wastewater shall be collected and disposed of in accordance with Section 1-07.15 of the Standard Specifications. Impervious surfaces contaminated from cutting operations shall be cleaned in accordance with Section 1-07.15 of the Standard Specifications. Pavement Removal Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take care in removing existing paving not to damage the pavement outside of the saw cut lines. Trench Depth Trench depth shall provide 24 inches minimum of cover over all conduits unless agreed to otherwise by the Engineer. Trench depth shall provide a minimum cover of 36 inches for all conduits designated for fiber optic cabling. Trench Width The trench width shall be a minimum of 12 inches. Trenching in Landscaped Areas Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any damage due to the Contractor’s operation shall be repaired or replaced by the Contractor at his own expense and to the satisfaction of the Engineer. Trenching Through Concrete Sidewalk Areas Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-174 February 2021 Bid Set – Project No.: TED4004100 Division 8 Add the following new section: 8-20.3(5)F Damaged or Blocked Conduits (New Section) (***Renton***) Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air towards the service or controller cabinet. If the blockage does not break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Once the blockage location is identified, the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape passes through the conduit past the identified blockage point easily, the Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract Plans. If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall excavate down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the Contractor shall restore the disturbed area. The removal of cable, excavation, conduit repair, and surface restoration will be paid for by change order or Minor Change as determined by the Engineer. The cost for other work needed to identify and remedy blocked conduits as described in this Section shall be incidental. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes Section 8-20.3(6) is supplemented with the following: (***Renton***) All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4-inch-thick Class “B” cement concrete pad enclosing the junction box as per the Plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre-molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant lids. Junction boxes shall have galvanized steel locking lids and frames. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to or installed in their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-175 February 2021 Bid Set – Project No.: TED4004100 Division 8 The Contractor shall not damage any existing conduits when replacing or excavating existing junction boxes. The Contractor is to maintain the integrity of all junction boxes during reconfiguration of the conduits, installation of new conduits or when excavating. Small Cable Vaults Small cable vaults shall be installed in accordance with the following: • Excavation shall comply with the requirements of Standard Specifications Section 2-09. • All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the small cable vault manufacturers. • Backfilling around the work shall not be allowed until the concrete or mortar has set. • Upon acceptance of work, small cable vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. • Small cable vaults shall be adjusted to final grade using risers or rings manufactured by the small cable vault and pull box manufacturer. Small cable vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. • Small cable vaults shall be installed at the approximate location shown in the Plans. • All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2-inches within the vault walls. At the 2-inch mark, the excess conduit on the existing structure will need to be removed and all cables exposed. • Once the conduits are located, excavate a hole large enough to install the small cable vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6 inches of crushed surfacing top course, per Standard Specifications Section 9-03.9(3). If a small cable vault is installed outside a paved area, an asphalt pad shall be constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4 inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cables to be routed into the new vault. • All mounting equipment shall be included with the small cable vault. Cable Racking in Small Cable Vaults Cables shall be racked and secured with nylon ties. Nylon ties shall not be over- tightened. Identification or warning tags shall be securely attached to the cables in at least two locations in each small cable vault. All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the small cable vault. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-176 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-20.3(8) Wiring Section 8-20.3(8) is supplemented with the following: (***Renton***) Contractor shall furnish and install new SC connectors to fiber optic cable, termination panel, and provide patch cables for connections inside the traffic signal controller cabinets. All illumination circuits shall be labeled with a PVC marking sleeve bearing the circuit number at each junction box whether splices are present or not. Terminal strips in cabinets, or when used as a connection device between conductors, shall bear the circuit numbers. SEC fuse holders complete with pole and bracket cable shall be installed in any signal standard or luminaire standard supporting a luminaire. Illumination wiring shall conform to COR Standard Plans and these Special Provisions. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. Service In: 501 = line in, AC+ 502 = neutral in, AC- 503 = ground in, GND Vehicle Heads: Red: 611, 621, 631, 641, 651, 661, 671, 681 Yellow: 612, 622, 632, 642, 652, 662, 672, 682 Green: 613, 623, 633, 643, 653, 663, 673, 683 Pedestrian Heads: Red: 7E1, 7F1, 7G1, 7H1 Yellow: 7E2, 7F2, 7G2, 7H2 Green: 7E3, 7F3, 7G3, 7H3 Overlap Heads: Red: 6A1, 6B1, 6C1, 6D1 Yellow: 6A2. 6B2, 6C2, 6D2 Green: 6A3, 6B3, 6C3, 6D3 Pedestrian Detection: Ped Call: 714, 724, 734, 744, 754, 764, 774, 784 Ped Returns: 715, 725, 735, 745, 755, 765, 775, 785 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-177 February 2021 Bid Set – Project No.: TED4004100 Division 8 Preemption Detection: +24VDC: 5AB1 = channels A & B, 5CD1 = channels C & D Ground: 5AB3 = channels A & B, 5CD3 = channels C & D Channel inputs: 5A2, 5B2, 5C2, 5D2 Auxiliary Preemption Detection: 865 = A1 866 = A2 867 = B1 868 = B2 869 = C1 870 = C2 871 = D1 872 = D2 * Overlap phase designator: A, B, C, D, P/E, P/F, P/G, P/H For installing new cables in existing occupied or empty conduit, the Contractor shall be responsible for the following steps: 1) Install a new pull rope using a rod/fish tape in the conduit for pulling in the new cabling if a pull rope does not already exist. 2) If the Contractor cannot get the rod/fish tape to pass through the conduit, the Contractor shall blow air through the conduit to remove any debris blocking the rod/fish tape path. The Contractor shall be careful not to blow air into controller or service cabinets. 3) If the rod/fish tape still does not pass through the conduit after blowing air, the Contractor shall disconnect a single existing wire as agreed to by the Engineer (if the conduit is occupied) and use that wire to pull the new wiring plus a new cable to replace the existing cable that is being used for pulling. 4) If no existing wire can be used to pull in the new wire, the Contractor shall try another conduit run if one exists, or pull out all existing wiring from the conduit and use to pull in the new wiring plus all new cabling to replace existing cabling. Rodding, fish taping, blowing air, and disconnecting/ reconnecting cable shall be the Contractor’s cost responsibility. In an event that none of these steps led to successful wire installation, the Contractor shall install new conduit as directed by the Engineer. 8-20.3(9) Bonding, Grounding Section 8-20.3(9) is supplemented with the following: (***Renton***) All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8 inch in diameter by 8-foot 0-inch in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal/lighting service cabinets shall be grounded to a 5/8-inch in diameter by 8-foot 0-inch in length copper clad metallic ground rod City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-178 February 2021 Bid Set – Project No.: TED4004100 Division 8 located in the nearest junction box with a bare copper bonding strap sized in accordance with the Plans, specifications and applicable codes. Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items in the proposal. Polyester detectable pull tape shall not be connected to the equipment-grounding system. The Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction box and any modified existing junction boxes. For the purposes of this section, a box shall be considered “modified” if new current-carrying conductors are installed, including low-voltage conductors, or if the box is adjusted to grade, or if the box lid is modified. 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Section 8-20.3(10) is revised by deleting the second, third, and fourth paragraphs and supplement with the following: (***Renton***) Electrical service cabinets shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded neutral service). The Contractor shall coordinate all of the installation details for the electrical service cabinet(s) with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the Contractor shall meet with a PSE Representative (call 1-888-321-7779) in the field to verify the location of power sources as shown in the Plans and shall notify the Engineer immediately if any conflicts exist. Except for the service connection, the PSE portion of the installation shall be completed prior to installation of the service cabinet by the Contractor. The Contractor shall install conduit from the new or relocated electrical service cabinet to PSE power source as shown on the Plans (coordinate work with Puget Sound Energy prior to cabinet base installation). In addition, the Contractor shall provide service conductors from the electrical service to the power source with at least 20 feet of service wire coiled and coordinate the connection with Puget Sound Energy representative. All connections and interfacing with Puget Sound Energy shall conform to Puget Sound Energy requirements. The Contractor shall have all services inspected by the City Electrical Inspector and shall be solely responsible for coordination with the power company to have the service energized. The Contractor shall notify the City Inspector when the service is ready for connection and shall coordinate with Puget Sound Energy. The Contractor shall pay all connection fees. 8-20.3(11) Testing Section 8-20.3(11) is supplemented with following: (***Renton***) All work shall be completed in a manner that provides the Inspector and Engineer with full knowledge of the construction. The work shall proceed in accordance with the approved City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-179 February 2021 Bid Set – Project No.: TED4004100 Division 8 construction schedule previously supplied to and approved by the City. The Inspector and Engineer may, at their option, require work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction. Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the Electrical Control Permit in the service cabinet. Signal Turn-On A minimum of five (5) working days written notice will be required for signal turn-on. All discrepancies and deficiencies must be corrected by the Contractor and re-inspected prior to requesting signal turn-on date. All functional tests required by the Contract Specifications shall be completed to the satisfaction of the Engineer 48 hours prior to the turn-on date. Signal turn-on shall not be allowed on Mondays, Fridays, weekends, holidays, and the weekday immediately before and after a holiday. Signal turn-on shall be completed between the hours of 9 a.m. and 2 p.m. on the day of the turn-on. No turn-on will be allowed until the CITY OF RENTON TRANSPORTATION MAINTENANCE MANAGER gives approval. The signal turn-on shall be by the City’s Transportation MAINTENANCE MANAGER or his representative. The Transportation MAINTENANCE MANAGER or his representative shall enter all signal timing parameters as supplied by the OPERATIONS representative and shall certify the signal is operating and functioning in accordance with the contract documents. The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies in operation. The traffic signal controller manufacturer’s representative shall fully explain the operation of all control equipment to the Operations representative prior to the turn-on procedure. The Operations representative may contact the manufacturer to schedule the explanation of the control equipment and the training session shall be provided if deemed necessary by manufacturer’s representative. Requests for traffic signal turn on will not be considered until a pre-turn on inspection of signal system has taken place. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the Transportation Maintenance Manager or his representative. City forces shall provide, post and maintain proper signing warning of new signal ahead. 8-20.3(13) Illumination Systems Section 8-20.3(13) is supplemented with following: (***Renton***) Existing illumination shall not be removed until the temporary or new illumination system is completed and operational. Temporary illumination shall not be removed until the new permanent illumination system is completed and operational. If an existing street light is in City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-180 February 2021 Bid Set – Project No.: TED4004100 Division 8 conflict with construction sequencing, a temporary lighting system shall be installed prior to removal of the existing street light. Light Standards shall be erected in accordance with Standard Specifications Section 8-20.3(4). The illumination system shall be energized from a single photoelectric cell mounted in the service cabinet in accordance with City of Renton Standard Detail 122.1. All Cobra head luminaire fixtures in the system shall incorporate a block out (shorting cap) for the photocell. 8-20.3(13)A Light Standards Section 8-20.3(13)A is supplemented with following: (***Renton***) Lighting standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans and outlined in the Standard Specifications and these Special Provisions. Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Standard Specifications Sections 6-03.3(33) and 8-20.3(4). The grout pad shall not extend above the elevation of the bottom of the base. The hand hole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding lug or nut shall be provided in the handhole frame or inside the handhole frame or inside the pole shaft to attach a ground bonding strap. All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 MPH with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 PSI on yield strength of weight load and 2.33 PSI for basic wind pressure. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The Contractor shall provide a combination of digits and letters on each pole (per luminaire schedules on illumination plans), whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either: • 3 inch square with gothic gold or white reflectorized 2 inch legend on a black background, or • 3 inch square with black 2 inch legend on a white reflectorized background. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-181 February 2021 Bid Set – Project No.: TED4004100 Division 8 The I.D. number will be assigned to each pole at the end of the contract or project by the Transportation Maintenance Manager. Cost for the decals shall be considered incidental to the contract bid. Light standards shall be 6063-T4 aluminum and shall meet the pole detail requirements indicated below and the detail sheets in the Plans. The pole shaft shall be provided with a 3-inch by 5-inch flush handhole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torqueing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half-inch drain hole shall be left in the bottom of the grout pad as shown on WSDOT Standard Detail J-28.40-02. ID tag Install ID tag on pole and in foundation per City Of Renton Standard plan 139. 8-20.3(14) Signal Systems 8-20.3(14)B Signal Heads Section 8-20.3(14)B is supplemented with following: (***Renton***) All vehicle and pedestrian signal heads shall be securely covered with opaque (non-translucent) light colored material between installation and signal turn-on. Signal heads shall also be completely covered after testing and prior to signal turn-on. Visqueen duct tape shall not be allowed to secure the covers to the signal heads. The Contractor shall provide and install all new vehicular signal head mounting hardware. Mounting hardware will provide for a rigid connection between the signal head and mast arm or pole. Position of the signal heads shall be as specified on the Signal Standard Detail Chart in the Plans. All signal heads mounted on Type M mounts shall have the plumbizer between the top and second display. The bottom housing of a signal face shall conform to the requirements as stated in the current approved edition of the MUTCD. The highest intensity of the red lens in the signal head shall be aimed at a point 4 times the posted speed limit from the stop bar (measured in linear feet). Final orientation of signal heads shall be approved by the Engineer or Transportation Maintenance Manager. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-182 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-20.3(14)E Signal Standards Section 8-20.3(14)E is supplemented with following: (***Renton***) Traffic signal standards shall be fabricated in conformance with the methods and materials specified on the pre-approved plans and outlined in the Standard Specifications and these Special Provisions, Sections 9-29.6(1)B Decorative Signal Poles. All Type II and III signal standards shall have terminal cabinets and luminaire arm connection as described in 9-29.6(1)B. While delivering the poles and arms to the job site and before they are installed, they shall be transported and stored in a manner that will not inconvenience the public or damage the surface finish. Poles shall be inspected by the Transportation Maintenance Department prior to install. Poles shall be unwrapped for visual inspection by contractor prior to inspection. Once approved poles can be installed. Extreme care shall be taken by the Contractor during installation and pole erection to avoid damage to the finish. The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange with a minimum of two full threads extending beyond the locking nut. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. Leveling nuts shall not be encased in concrete foundation. The space between the concrete base and the bottom of the pole flange shall be filled with dry pack mortar to completely fill the space under the flange and be neatly troweled to the contour of the pole flange. A barrier shall be placed around the anchor bolts to prevent grout from entering the conduits. A plastic drain hose (3/8-inch diameter) shall be inserted through the mortar to provide the drainage from the interior of the pole base and be trimmed flush with the interior and exterior surface of the mortar. Dry pack mortar shall consist of a 1 to 3 mixture of cement and fine sand. 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 torqueing of the nut(s). All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Standard Specifications Section 6-03.3(25)A Welding and Repair Welding. 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. Install a new ID tag on pole and in the foundation per City of Renton Standard Plan 139 (Signal Pole Foundation and Pole Identification Tag Detail). All pole shafts shall have nut covers or decorative plate over locking nuts. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-183 February 2021 Bid Set – Project No.: TED4004100 Division 8 Add the following new section: 8-20.3(14)F Opticom Priority Control Systems (New Section) (***Renton***) Emergency preemption detectors shall be installed in a drilled and tapped hole in the top of the mast arm unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead-in cable back to the controller shall be GTT detector 138 cable, or equivalent, and shall have no splices. All lead-in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. A GPS opticom antenna shall be installed on top of the luminaire pole that is closest to the signal cabinet. Add the following new section: 8-20.3(14)G Terminal Cabinets (New Section) (***Renton***) The terminal cabinets shall be mounted on the pole using a 4-inch-wide aluminum channel away from the traffic side, with the bottom of the cabinet above the pedestrian signal heads where present and in no case less than 8 feet above the ground level. Terminal cabinets shall be factory finish painted to match signal pole color per Section 6-07 of these Special Provisions. Add the following new section: 8-20.3(14)H Pedestrian Push Button Assembly (New Section) (***Renton***) The Contractor shall relocate existing and field-install complete APS type pedestrian pushbutton assemblies and signs on the signal poles and all associated equipment in the signal cabinets. The position and orientation of the pedestrian push buttons shall be located as shown on Plans; however, final positioning for the optimum effectiveness shall be approved by the Engineer or Transportation Maintenance Manager. 8-20.3(15) Grout Section 8-20.3(15) is supplemented with the following: (***Renton***) After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A 1/2-inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-184 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-20.3(16) Reinstalling Salvaged Material Section 8-20.3(16) is supplemented with the following: (***Renton***) Signal Standards Signal equipment and signs removed from existing signal standards shall be reinstalled on new decorative signal standards with the same mountings as existing mountings and at locations shown and noted on the Plans. Wiring shall be fully restored to new decorative signal standards so that the signal, including all reinstalled salvage equipment, is fully functional. Flashing Beacon As noted on the Plans, relocation and reinstallation of flashing beacon includes converting the flashing beacon from solar power to wired for 120 V A.C.. This reinstallation includes removing the pole, solar panel and battery to the City. The existing sign and flashing beacon shall be mounted to the decorative luminaire pole as noted on the Plans. Reinstallation also requires conversion from D.C. to 120 volt A.C. power. Contractor shall supply all materials and make all modifications necessary for power conversion. 8-20.3(17) “As Built” Plans Section 8-20.3(17) is supplemented with the following: (***Renton***) Upon completion of the construction and prior to the turn-on of any traffic control equipment, the Contractor shall furnish an “as-built” plans of each intersection showing all signal heads, pole locations, detectors, junction boxes, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original Contract Drawings. All items shall be located within 1-foot horizontal distance and 6 inches vertical distance above, below, or at the surface. Fiber Optic “As Built” Records The Contractor shall provide the City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425-430-7423) with a cable route diagram indicating the actual cable route and “foot marks” for all junction boxes, for the entrance and exit to slack points and at all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system “as-built” drawings showing the exact cable route to the Transportation Maintenance Manager. Add the following new section: 8-20.3(18) Fiber Optic Networks (New Section) (***Renton***) The Contractor shall coordinate with City of Renton Transportation Maintenance Manager (contact person: Eric Cutshall at 425-430-7423) to coordinate fiber optic network work 14 working days prior to commencing this work. Contractor shall be responsible for pulling all City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-185 February 2021 Bid Set – Project No.: TED4004100 Division 8 fiber, providing and installing patch panels in controller cabinets, splicing, and other work necessary to complete the working fiber optic system as outlined on the Plans. Add the following new section: 8-20.3(18)A Fiber Optic Patch Panels (New Section) (***Renton***) Install signal controller mounted patch panels for all fiber terminating applications. Patch panels shall accept SC style connectors. The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the Project Representative with As-Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. Add the following new section: 8-20.3(18)B Fiber Optic Cable Splicing (New Section) (***Renton***) Fiber optic cable splicing shall consist of adding SC connectors to existing spare fiber optic cable. Add the following new section: 8-20.3(18)C Fiber Optic Terminations (New Section) (***Renton***) All fiber splices and terminations shall be made in the presence of the Project Representative. Add the following new section: 8-20.3(18)D Fiber Optic Cable Labeling (New Section) (***Renton***) 1. Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with the connector end labeled with the destination of the fiber on the other end of the fiber port and the port number. 2. Each junction box, small cable vault and cabinet entered with the fiber optic cable shall have the cable labeled with a permanent plastic marking tag that is securely fastened to the cable. The labeling shall be of a consistent format that is approved by the Project Representative. At a minimum, the label shall indicate the cable owner, origin, destination City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-186 February 2021 Bid Set – Project No.: TED4004100 Division 8 (identified as a full cable termination location or trunk splice location), fiber count and the cable number. The labeling shall be permanent with legible manufactured labels. 3. A yellow #14 AWG trace wire shall be installed in all conduit containing fiber optic cable. 4. In vault locations where the ### count fiber optic cable is installed, the label attached to the ### count fiber optic cable shall also include the following information in addition to the requirements outlined in the Section above: • Purchased with 2010/UA Sl Funds • Grant No. 201 0-SS-T)-0084 • KC-RCECC redundant fiber contact • King County IT @ 206.263.7000 Add the following new section: 8-20.3(18)E Fiber Optic SC Connector (New Section) (***Renton***) The Fiber Optic SC Connector shall provide for the termination of the individual fiber optic strands. Add the following new section: 8-20.3(18)F Fiber Optic Cable Pre-Installation Testing (New Section) (***Renton***) Pre-installation tests shall be conducted on the cable reels prior to installation. These tests shall be performed in accordance with EIA/TIA-455-78 for single-mode fibers using an optical time domain reflectometer (OTDR). Both ends of the cable shall be accessible for the tests, and it may be necessary to remove a portion of the protective wooden lagging on the reel. Measurements shall be made using the 1310 nm and 1550 nm wavelengths, and shall be compared to the factory test results. Test results shall be provided to the Engineer and approved. Add the following new section: 8-20.3(18)G Qualifications (New Section) (***Renton***) Qualifications as defined in Section 8-20.2(2) of these Special Provisions, shall be submitted to the Engineer at least 30 calendar days prior to the splicing for approval of qualifications. When performing a splice, the fusion set must be on a stable surface and the splicing area must be relatively dust free. Therefore, it is required that the splicing should be done in a van or tent and not in the open air, in a manhole or vault. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-187 February 2021 Bid Set – Project No.: TED4004100 Division 8 Add the following new section and subsections: (***Renton***) 8-20.3(19) System Acceptance Testing for Fiber Optic Networks (New Section) 8-20.3(19)A Testing and Commissioning (New Section) The Contractor is responsible for demonstrating the functionality of the installed system through testing. These tests shall be conducted in accordance with an approved test plan that shall cover the key functional requirements of the Work. The Contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. The Contractor shall provide sufficient notice of not less than three (3) working days prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. 8-20.3(19)B Test Plans (New Section) The Contractor shall prepare an Acceptance Test Plan that outlines the procedures to be used, the required test equipment, and the expected results. The plan shall include copies of all test result forms to be completed. The Contractor shall submit the test plan to the Engineer or its representative for approval. The test plan must be approved at least ten (10) working days before a test is conducted. The Contractor shall submit the completed test forms to the Engineer as soon as practicable after the completion of the test whether witnessed by the Engineer or its representative or not. 8-20.3(19)C Final Inspection (New Section) Final Inspection will include the following activities: • The ‘as-built’ drawings and manuals will be examined by the Engineer’s engineering personnel and involved parties for conformance to the Drawings, Codes, Regulations, and General Accuracy. Any variation from specifications will be highlighted. • Acceptance test results will be reviewed. • All aspects of the Work will be physically inspected to ensure that all work has been completed in accordance with the Specifications. • Upon completion of all final inspection activities, any deficiencies will be recorded. Deficiencies will be corrected by the appropriate party and may be then re-inspected by the Engineer. • The Final Inspection shall not be deemed complete until all deficiencies are corrected. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-188 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-20.3(19)D OTDR Testing (New Section) Fiber Optic Testing that uses an Optical Time Domain Reflectometer (OTDR) shall adhere to the following specifications: • Use an OTDR that is capable of storing traces electronically and save each final trace. • The OTDR shall have suitable dynamic range and performance characteristics as determined by the Power Utility. • Use a 1,000-foot fiber optic launch box to ensure that start of the fiber under test is not in the “dead zone” of the OTDR. The first connector of the link under test shall be visible on the trace. • Prior to testing, all fiber optic connectors and bare fiber ends are to be properly cleaned using a residue free alcohol solution (better than 91% de-natured alcohol and distilled water) and compressed air. • Expand the vertical and horizontal scales used on the OTDR to maximize the amount of detail shown on the OTDR trace, even if these parameters can be adjusted later using display software. • OTDR traces shall be recorded in suitable electronic format. As applicable, the software and applicable licenses required to read the OTDR traces shall be provided to the City at no extra charge. • Ensure that traces identify the end points of the fiber under test and the fiber designation. If this information is not provided by the trace itself, provide a cross-reference table between the stored trace file name and the fiber designation. 8-20.3(19)E OTDR Testing of Spliced Fiber Links (New Section) This describes the testing to be completed on all sections of the fiber network after splicing is completed. For this section, a fiber link shall be defined as a continuous section of fiber from connector to connector that may pass through a number of intermediate splices. OTDR testing shall be completed as follows: • Test each fiber link in the cable at 1310 nm and 1550 nm, in each direction. • Verify that each completed fusion is less than 0.20 dB, measured as the average of splice loss measured in each direction through the link. • Re-make any fusions in excess of 0.20 dB, unless the Engineer specifically approves such high loss fusions, and re-test any fiber links that have been re-fused. 8-20.3(19)F Attenuation Testing (New Section) This describes the attenuation testing to be completed on all sections of the fiber network after splicing is completed. An optical power meter and light source shall be used to measure end-to-end attenuation that will include fiber patch panel assembly connector losses. Every spliced link with a connection at each end shall be tested at 1310 nm and 1550 nm. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-189 February 2021 Bid Set – Project No.: TED4004100 Division 8 Attenuation testing shall be completed as follows: • Test each fiber link in the cable at 1310 nm and 1550 nm. • Connect the optical source and meter together using a 10-foot patch cord. Record the optical power received by the optical meter as the reference reading. • Without removing the patch cord from the optical source, measure the recorded light level at the other end of the fiber link. Actual cable loss will be the measured loss minus the initial power source reading. Record the actual cable loss on the Acceptance Test Results forms. • Measure each fiber in both directions. (The loss over a fiber may not necessarily be the same in each direction). • Re-measure the reference attenuation after every 200 measurements or every 4 hours, whichever occurs first. 8-20.3(19)G Submittals (New Section) • Provide one hard copy of the trace for every spliced fiber. Hard copy traces shall be organized and bound in a logical order. • Submit, after approval of the hard copy traces, soft copies of all traces and appropriate software to allow reading the traces. • Submit the results of every attenuation test. 8-20.3(20) Radar Speed Sign Assembly (New Section) The new radar speed sign, cabinet and solar panel shall be capable of mounting to a decorative roadway luminaire pole. The bottom of the sign shall be mounted at least 7 feet above the adjacent sidewalk. • Mount all radar speed sign equipment per manufacturer’s installation instructions. Coordinate and verify the aiming of the radar and the orientation of the solar panel with the Engineer during installation. 8-20.4 Measurement Section 8-20.4 is supplemented with the following: (***Renton***) Street light foundations adjacent to wall segments will be measured as part of the “Electrical System, Complete” bid item, up to and including premolded joint filler at the edges of the shaft diameter. Relocations of flashing beacon sign assemblies and installation of radar speed signs shall be included as part of the “Electrical System, Complete” bid item and not included as part of Permanent Signing. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-190 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-20.5 Payment Section 8-20.5 is revised by deleting the first sentence of the fifth paragraph and replaced with the following: (***Renton***) The lump sum contract price for “Electrical System, Complete” shall be full pay for the all work identified under Section 8-20, including construction of the complete electrical system, modifying existing systems, or both, including sign lighting systems, as described above and as shown in the Plans, and herein specified, including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, and for making all required tests. Section 8-20.5 is supplemented with the following: (***Renton***) “Electrical System, Complete”, lump sum. 8-21 PERMANENT SIGNING 8-21.1 Description Section 8-21.1 is supplemented with the following: This work shall also consist of fabricating, assembling and installing Street Name Signs on signal mast arms in accordance with details shown in Plans and as specified herein. 8-21.2 Materials Section 8-21.2 is supplemented with the following: Materials shall meet the requirements of the following sections as applicable unless noted: Painting 6-07 Permanent Signing 8-21 Signing Materials and Fabrication 9-28 Lettering and border graphics shall be white, non-reflective, in an opaque, white 2-mil cast vinyl adhesive graphic film with matte finish, clear, removable, pressure-sensitive adhesive (solvent acrylic) for exterior signage application and have a life performance of (7) years durability, UV resistant, chemical and moisture resistant. Sign Name Signs shall have 2-mil cast vinyl adhesive graphic film with matte finish, clear, removable, pressure-sensitive adhesive (solvent acrylic) for exterior signage application and have a life performance of (7) years durability, UV resistant, chemical and moisture resistant, applicable for color printing application. Aluminum sheet shall conform to ASTM B209M – 07 Standard Specification for Aluminum and Aluminum Alloy Sheet and Plate. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-191 February 2021 Bid Set – Project No.: TED4004100 Division 8 Fasteners to secure sign plates into places shall be Type 316 stainless steel. Zinc-plated fasteners with coating complying with ASTM B 633, Class FE/ZN 5. Custom colored digitally printed logo shall have coefficient of retroreflection varying between that of the base sheeting as given in Table B, and zero (opaque) depending on the hue and saturation (or chromaticity and lightness) of the custom color. Conformance to standard chromaticity and luminance factor requirements shall be in accordance with ASTM E1164. Conformance to coefficient of retroreflection requirements shall be in accordance with ASTM E810 “Test Method for Coefficient of Retroreflection of Retroreflective Sheeting”. Minimum percentage of retroflection retained after 8 years shall be minimum of 70%. Adhesive and film properties shall be applied to test panels and conditioned in accordance with ASTM D4956 and test methods and conditions shall conform to ASTM D4956. The following properties shall conform to the requirements in ASTM D4956: 1. Adhesion 2. Outdoor weathering - retained coefficient of retroreflection- colorfastness 3. Shrinkage 2. Flexibility 3. Liner removal 4. Impact resistance Gloss test method shall be in accordance with ASTM D523. Rating shall not be less than 50. Optical stability of the sheeting shall retain a minimum of 85% and a maximum of 115% of the original coefficient of retroreflection. Street Name Signs on signal mast arms shall be provided with a warranty for signs made with custom colors. The areas of the signs featuring custom colors shall be warrantied against excessive fading, discoloring, cracking, crazing, peeling, blistering and loss of reflectivity such that signs become visually unsuitable for their intended purpose for a period of eight years. 8-21.3 Construction Requirements Section 8-21.3 is supplemented with the following: Surface of street name sign plate shall be prepared by sheeting manufacturer’s recommendations. Vinyl adhesive graphic film shall be positioned at zero degree application angle at +4°C minimum (air and substrate) per manufacturer’s recommendation. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-192 February 2021 Bid Set – Project No.: TED4004100 Division 8 Sign Code Numbers indicated on the Plans are in reference to the Washington State Department of Transportation Sign Fabrication Manual and the Manual on Uniform Traffic Control Devices (MUTCD). Upon completion of the project, the Contractor shall reset all signs that have been disturbed or removed during the construction in their permanent location to the satisfaction of the City. Existing concrete at the base of signpost shall be removed prior to installation in new concrete. Relocated signs shall be installed on new painted Telis bar as shown in the Plans or attached to light poles where noted on the Plans. Telis bar sign poles shall be powder coated and color per Section 6-07 if the pole is located in the City of Renton Streetscape boundary. All other sign installations shall be non-painted Telis bar sign post. All costs associated with resetting, relocation and removal & replacement of existing signs shall be included in the lump sum “Permanent Signing”. Any sign that is relocated or reinstalled shall be bought up to current City Of Renton Standard. The Contractor shall coordinate with King County Metro for the removal and relocation of all bus stop signs within the project area. Any damage due to the Contractor’s negligence before the end of the project shall be replaced by the Contractor with no additional compensation allowed. Any damage due to the Contractor’s negligence before the end of the project shall be replaced by the Contractor with no additional compensation allowed. The Contractor shall request from the Engineer electronic graphic files prior to street name sign samples approval. The Contractor shall provide graphic artwork, catalog cut sheet and a full scale sample of all street name signs mounted on signal mast arms for Engineer’s approval, prior to manufacturing. The Contractor shall provide three (3) copies of shop drawings for fabrication, fastening locations, and installation of all street name sign types prior to fabrication, for Engineer’s approval. 8-21.4 Measurement Section 8-21.4 is supplemented with the following: (***Renton***) Relocations of flashing beacon sign assemblies and installation of radar speed signs shall be included as part of the Electrical System. Complete bid item and not included as part of Permanent Signing. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-193 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-22 PAVEMENT MARKING 8-22.1 Description Section 8-22.1 is supplemented with the following: Pavement markings shall conform to the following WSDOT Standard Plans and City of Renton Standard Plans: COR 109 PAVEMENT MARKING NOTES COR 127 THERMOPLASTIC/PAINTED CROSSWALK COR 128 THERMOPLASTIC/PAINTED PARALLEL CROSSWALK M-3.10-04 LEFT TURN CHANNELIZATION M-3.20-03 LEFT-TURN CHANNELIZATION REDUCED TAPERS M-3.30-04 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN LANES M-3.40-04 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION M-3.50-03 DOUBLE LEFT TURN CHANNELIZATION M-5.10-03 RIGHT TURN CHANNELIZATION M-9.50-02 BICYCLE LANE SYMBOL LAYOUT M-9.60-00 SHARED - USE PATH MARKINGS M-11.10-03 RAILROAD CROSSING LAYOUT M-12.10-02 ROUNDABOUT PAVEMENT MARKINGS M-20.10-03 LONGITUDINAL MARKING PATTERNS M-20.20-02 PROFILED AND EMBOSSED PLASTIC LINES M-24.20-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS M-24.40-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS M-24.60-04 SYMBOL MARKINGS MISCELLANEOUS City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-194 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-22.2 Materials The third sentence is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-34.4. 8-22.3 Construction Requirements Section 8-22.3 is supplemented with the following: Contractor shall notify the Engineer and request approval of the pre-mark channelization at least 48 hours prior to placement of pavement markings. All Pavement markings on concrete intersections shall be 3M Stamark all weather Tape 380AW and Contrast Tape 380AWE-5. Thermal plastic on Asphalt shall contain 3M 50/50 wet/dry elements. Temporary Pavement Marking Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of temporary pavement markings. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. The Contractor shall install and remove approved 4 inch wide reflective traffic tape for temporary pavement markings as specified in the Plans, these Special Provisions, or as directed by the Engineer. Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. All costs in connection with the use of (placement and removal) reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control will be paid under those respective bid items. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-195 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-22.3(3) Marking Application 8-22.3(3)E Installation Section 8-22.3(3)E is modified as follows: When applying paint, Type A or Type C material, ensure that both the pavement surface and the air temperature at the time of application are not less than 50°F and rising. When applying Type B or Type D material, ensure that both the pavement surface and the air temperature at the time of application are not less than 50°F and rising. Section 8-22.3(3)E is supplemented with the following: Profiled Type D lines shall be installed per WSDOT Standard Plan M-20.20-01. 8-22.3(3)G Glass Beads Section 8-22.3(3)G is supplemented with the following: Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. 8-22.3(6) Removal of Pavement Markings Section 8-22.3(6) is supplemented with the following: Existing pavement markings within the construction limits, including stop bars, traffic arrows, lane markers, and raised pavement markers shall be removed prior to overlaying the roadway surface. All conflicting channelization shall be removed as necessary by sand blasting to install temporary pavement markings or after the final channelization has been installed. Removal of existing pavement markings shall be conducted using such methods to prevent damage to the remaining pavement. The use of chemicals that may be harmful to the pavement will not be allowed. Damaged pavement shall be replaced at the Contractor's expense. Removal and reinstallation of centerline “shur-curb” between NE 7th Place and 8th Street NE shall be incidental to other bid items. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-196 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-22.4 Measurement Section 8-22.4 is supplemented with the following: Measurement for the removal of all pavement markings will be per lump sum. 8-22.5 Payment Section 8-22.5 is modified as follows: The following bid items are deleted: “Removing Paint Line”, per linear foot. “Removing Plastic Line”, per linear foot. “Removing Painted Crosswalk Line”, per square foot. “Removing Plastic Crosswalk Line”, per square foot. “Removing Painted Traffic Marking”, per each. “Removing Plastic Traffic Marking”, per each. The following is a new bid item: “Removing Pavement Markings”, per lump sum. Add the following new section: 8-31 FRANCHISE AERIAL UTILITY CONVERSION (NEW SECTION) (***Renton***) 8-31.1 Description The work performed shall be the installation of a comprehensive, underground infrastructure to convert existing overhead power and telecommunications utilities to underground facilities. It shall generally consist of the excavation, preparation, installation, backfill, and surface restoration associated with conduit banks and vaults, and the conversion of individual services as shown on the Plans and described within this section. Non-City utilities for this utility conversion project include: • Puget Sound Energy (PSE), (power) • Comcast, (communications) The utilities listed above shall be responsible for providing all vaults, handholes, pedestals, conduit, and associated materials for work noted for installation on the Plans. Comcast and PSE shall also be responsible for the installation of their respective cables, transformers, and electrical and telecommunications equipment. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-197 February 2021 Bid Set – Project No.: TED4004100 Division 8 The Contractor shall install all utility provided junction boxes, vaults, handholes, manholes, pedestals, conduits, conduit fittings, bends, spacers, and glue, for PSE and Comcast as indicated in the Contract Documents. The following City utilities shall be included in this utility conversion project: • City of Renton – Transportation (Signals and Illumination) The Contractor shall furnish and install all City-owned junction boxes, vaults, manholes, pedestals, conduits, conduit fittings, bends, spacers, glue, cabling and other equipment for these City utilities as indicated in the Contract Documents. A list of utility contacts and phone numbers is shown in Section 1-07.17 of these Special Provisions. The Contractor shall provide the following as shown on the Plans and as necessary to successfully complete the underground infrastructure: • Coordination with the utilities, their inspectors, and their contractors/work crews. • Develop a detailed trenching plan and sequence of construction. • Sawcut pavement for utility trenches, structures (vaults and manholes) and associated work. • Excavation, foundations, bedding and backfill for joint utility trenches, structures (vaults and manholes) and associated work. • Install utility provided conduit, conduit bends, required fittings and connections, pole risers, and associated work. • Furnish and install City conduit, conduit bends, required fittings and connections, pole risers, handholes, junction boxes, vaults, cabling, and associated work. • Installation of utility provided vaults, handholes, and pedestals. • Installation of all conduits furnished by the Contractor along with the required identification tape. • Clearing of structures and mandrel testing of all conduit. Cutting and capping conduit as necessary. Install mule tape in all conduits. • Other work indicated on the Plans and in the Specifications and Special Provisions. • Provide a schedule of values for what is installed for each Franchise Utility. • Surface restoration including temporary pavement or steel sheeting to allow vehicular traffic prior to final surfacing operations. • Provide all shoring consistent with WSDOT and OSHA regulations. • Traffic Control. • Staging and storage of all necessary materials, as approved by the Project Engineer. • Coordination with the Project Engineer and the non-electrical utility crews (gas, sewer, water, etc.) to avoid conflicts, damage, and work stoppages. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-198 February 2021 Bid Set – Project No.: TED4004100 Division 8 The franchise utilities shall be responsible for the following for franchise utilities: • Provide all new underground wiring and cable. • Provide all electrical equipment, communications equipment, and all distribution and service terminations. • Provide all vaults, handholes, and pedestals. • Provide all conduit, risers, and other associated materials. • Provide required grounding systems. • Provide inspections for all underground facilities installed by Contractor prior to burial. • Traffic control labor for utility’s respective wiring operations. • Complete removal of existing poles and other overhead facilities (including new services) within 90 days of the underground system being energized. • Additional conduit, reducers, J-boxes, conduit terminations, and wiring at individual building’s service location. • Provide service shutdowns and cutovers. • Provide supervision and crews to make cutovers to existing conduits and vaults. • PSE to provide temporary pole relocations and/or pole support systems and temporary wiring. 8-31.1(1) Regulations and Codes Installation of all electrical and telecommunication vaults and ducts shall conform to the appropriate sections of the latest editions of the following standards and codes: • National Electrical Code (NEC). • National Electric Safety Code (NESC). • City of Renton Building Code. • Puget Sound Energy Electrical Construction Standards and Guidelines. • Underwriters Laboratories (UL). • National Electrical Manufacturer’s Association (NEMA). • American Association of State Highway and Transportation Officials (AASHTO). • National Electrical Contractors Association (NECA). In all cases, the Contractor shall install a complete and operable system in compliance with the plans and specifications. The Contractor shall also coordinate and obtain inspections and approvals form the various utilities, Project Engineer, and from the local Authorities Having Jurisdiction (AHJ) prior to duct and vault burial. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-199 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-31.2 Materials Materials shall conform to the requirements of the Division 9 Standard Specifications, these Special Provisions, and the standards of the utility agencies as indicated below and on the Plans and details. PSE’s pertinent standards are included in Appendix E. The Contractor shall verify that these standards are the most recent available by checking with PSE engineers, prior to mobilization. Communication Vaults and Handholes Comcast vaults and handholes shall be provided by the Comcast. They are identified on the Plans by their Utility Vault Company model number. Unidentified handholes on the plans shall be Utility Vault Company Model 444-LA, or an Engineer approved equal. PSE Vaults and Handholes Vault and handhole sizes are identified on the Plans. PSE will provide all PSE vaults and handholes. All vaults shall be from the Utility Vault Company and match the descriptions below and be installed per PSE Standards and Guidelines located in Appendix E. Identification Tape Identification Tape for telecommunications conduit runs shall be Polyethylene, 5 Mil Tape, 1/2 mil Aluminum Center Core. Six inch (6 inches) wide, orange in color, with non-ferrous metal conduction sandwiched in the tape for detection purposes imprinted with black lettering “CAUTION – COMMUNICATION LINE BELOW”. Identification tape for PSE conduits and duct banks shall be 6 inches wide Line-Tec Type A, red in color with black lettering “CAUTION – ELECTRIC UTILITIES BELOW”. Franchise Utility Trench Bedding for Direct Burial Ducts Utility trench bedding shall be sand, per the detail in the Plans. Franchise Utility Trench Pipe Zone Bedding The pipe zone is defined as the full trench width, plus bedding and shading as shown on the typical trench sections shown in the plans. Sand shall be used for pipe zone backfill, except as noted otherwise on the plans for encasement. Sand shall be in accordance with Section 9-03.1(2), Class 1 or Class 2. Franchise Utility Trench Backfill Trench backfill material, above the pipe zone, in non-pavement or non-sidewalk areas, shall be backfilled per Section 7-08.3(3). Where the Engineer determines that the excavated material is not suitable for backfill, backfill material above the pipe zone shall be backfilled per Section 7-08.3(3) with gravel borrow. Joint service trenches shall be backfilled per Section 7-08.3(3) with select native material. Reuse of native material in trench bedding and backfill, where approved by the Engineering, shall be considered incidental to and included in the various bid items. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-200 February 2021 Bid Set – Project No.: TED4004100 Division 8 Conduits and Accessories PSE and Comcast shall provide all conduit materials as shown on the plans. Conduit materials for City of Renton systems shall meet the requirement of Section 9-29.1. Conduit materials for PSE shall meet their current materials standards. Nonmetallic conduit spacers shall be used for all encased conduits and in direct burial runs with more than 2 conduits. The spacers shall be provide by the Contractor. Riser conduits and their associated sweeps will be Schedule 80 extra heavy wall PVC. Comcast will build their own risers. Contractor shall weep up conduit at riser standoff. Factory and field bends and elbows must conform to PSE bend radius requirements. The Contractor shall install measuring tape/pull cord in new conduits. 8-31.3 Construction Requirements The Contractor shall be responsible for coordinating with all the utility companies and incorporate time allowances into the project schedule for these work elements. Plans The Contract Plans have been developed from PSE and other franchise utility underground conversion plans and are intended for providing an overview of the work and for bidding purposes. It shall be the Contractor’s responsibility to construct a joint trench along the approximate lines and grades shown which shall result in a successful conversion of the aerial utilities to underground. Copies of the franchise utilities’ plans are included in Appendix E for the Contractor’s reference. The Contractor is advised that the layout of conduit ducts and vaults shown on the Plans is approximate. The layout of the joint-utility trench and vaults shall be adjusted as necessary to avoid conflicts with utilities, both existing and to be constructed under this Contract. The Contractor is also alerted that all improvements for the aerial utility conversion must remain within the City right-of-way and City obtained easements, which are indicated on the Plans. It shall be the Contractor’s responsibility to construct the joint utility trench so that it will not require adjustments or replacements for other items of Work. All adjustments to the layout shown must be reviewed and approved by the Engineer. Individual service connections are not required to be within easements. The Contractor shall make his or her own determination as to how best to provide the joint-utility trench, which conforms with these Plans and Specifications. The Engineer, utility company representatives, and the Contractor will coordinate actual location of vaults, handholes, and conduits as necessary to avoid conflicts with the existing and proposed utilities and appurtenances. The Contracting Agency reserves the right to adjust these locations as necessary to accommodate existing or newly installed utilities at no additional cost to the Contracting Agency. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-201 February 2021 Bid Set – Project No.: TED4004100 Division 8 Installation of franchise utility conduits shall be per the requirements of the franchise utilities. The Contractor shall perform all franchise utility work under the supervision and inspection of the franchise utility representatives. For PSE facilities: All vaults and conduits must be inspected by a PSE Inspector before covering. Phone Jamie Kennedy at 425-766-0719, 48 hours in advance of setting the vault to schedule a field engineer to observe the setting. No vault inspection will be made unless the shoring for the vault excavation complies with WAC 296-155, Part N “Excavation, Trenching, and Shoring”. The Contractor shall make the following assumptions in their unit bid price for utility undergrounding bid items: 1. The Contractor shall assume conduits entering all other vaults shall be through inspector designated knockouts then grouted and sealed per PSE standards. 2. The Contractor shall assume that conduits will enter the vaults perpendicular to the vault walls with adjacent bends no greater than 22 degrees. 3. The Contractor shall assume that adjustments to the utility trench depth and width will be required when crossing utilities shown in the Plans as existing or proposed and that the change in depth will be done with field bends in the conduit, not conduit fittings. 4. The Contractor shall assume that hand digging will be required near existing underground utilities to prevent inadvertent damage with mechanized equipment. 5. The Contractor shall assume all responsibilities for repair and surface restoration of private property to match surrounding conditions after backfilling individual service trenches to the property owner’s building. In addition, the Contractor is required to perform a thorough review and assessment of Plans, Specifications, Special Provisions, Utility Standards, site conditions, and constraints to determine all the work necessary to construct and complete the Utility Undergrounding. Work will be performed in close proximity to other underground utilities and beneath existing overhead utilities, and must be coordinated with the various utility representatives and work crews to prevent damage and safety hazards. The sum total of all the bid item prices included in the Franchise Aerial Utility Conversion schedule includes all excavation, dewatering, field adjustments, staging, and inspections necessary to construct a complete and in-place system. 8-31.3(1) Excavation Structure excavation necessary for the installation of conduits and structures (vaults and handholes) shall be incidental to the bid items within this section. Structure excavation shall meet the requirements of the Standard Specifications and as modified herein. The excavations required for the installation of conduit, vaults and other appurtenances shall be performed in a manner to cause the least possible disturbance to the streets, sidewalks and other improvements. The trenches shall not be excavated wider and/or deeper than necessary for the proper installation of the conduit, vaults, handholes, and other necessary City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-202 February 2021 Bid Set – Project No.: TED4004100 Division 8 appurtenances. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. Trench Excavation Safety Systems per Section 2-09 shall apply to trench excavations. All surplus excavated material shall be removed and disposed of by the Contractor in accordance with Section 2-03, or as directed by the Engineer. Excavations after backfilling shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. 8-31.3(2) Telecommunications Service Connections In the course of the work, Comcast will reconnect services which are currently overhead. The Contractor shall provide trenching, conduit, bedding, backfill and restoration as needed to reconnect the service. Exact routes of service trenches shall be determined by the Contractor, in consultation with the Engineer. Final connection of the service, including wiring and other hardware, shall be the responsibility of the franchise utility. 8-31.3(3) Vacant 8-31.3(4) Reconnect Electrical Service The Contractor shall provide underground service conduits from the new transformer location to existing service connections. Cutover between new and existing service connections will be provided by PSE. The Contractor shall provide excavation and backfill for splice pits and coordinate conduit installation and cross-connections with PSE. 8-31.3(5) Removing and Replacing Improvements Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, bituminous surfacing, base material, and any other improvements removed, broken, or damaged by the Contractor, shall be replaced or reconstructed with the same kind of materials as found on the work or with other materials satisfactory to the Engineer. Whenever a part of a square or slab of existing concrete sidewalk or driveway is broken or damaged, the entire square or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in Portland cement concrete sidewalks and pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 inches with a saw prior to removing the sidewalk and pavement material. The cut for the remainder of the required depth may be made by a method satisfactory to the Engineer. Cuts shall be neat and true with no shatter outside the removal area. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-203 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-31.3(6) Conduit Installation of conduit shall conform to appropriate articles of the NEC, the NESC, and Utility Standards. The size of conduit used shall be as shown in the Plans. The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true. Conduit stub-ups into bottomless handholes and equipment foundations shall extend a minimum of 4 inches above the bottom surface/grade. All conduit stubs shall be capped. Conduit shall be laid to the depth required by each perspective utility company standard but not less the 30 inches below finish grade, 24 inches for the City of Renton system conduits. Service conduits on private property shall conform to the NEC burial depths. Conduit risers on secondary and terminal poles shall be Schedule 80 PVC and conform to PSE Construction Standards. Suitable marker stakes shall be set at the ends of conduits which are buried so that they can be easily located. All conduits installed shall be prepared as follows: After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through both ends of the conduit shall be sealed with conduit caps. Conduits noted as “spare” shall have a pull cord installed and have a removable plug installed. Connection, interception, and/or extension of existing conduits shall be coordinated with the crews of the pertinent utility. 8-31.3(7) Vaults, Handholes, and Appurtenances Vaults, handholes, and other appurtenances shall be installed at the approximate locations shown on the Plans. Vault and handhole installation shall conform to the respective utility companies standards. Vaults and handholes shall be adjusted such that the covers are 1/4 inch to 3/8 inch above surrounding grade. See PSE Construction Standards. Contractor shall not park or drive any equipment or vehicles on vaults. 8-31.3(8) Existing Utilities The Contractor is alerted to the presence of existing underground utilities within the project area. The Project plans indicate approximate locations prior to excavation. The Contractor shall prepare and submit to the Engineer a written trench excavation plan that indicates the location of existing utilities within the trench and vault excavation areas. Depth to the existing utilities based on pothole data provided, and potholing information obtained by the Contractor shall be shown. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-204 February 2021 Bid Set – Project No.: TED4004100 Division 8 Conflicts between existing utilities, new conduit, new vaults, handholes, and appurtenances shall be shown. The Contractor shall identify those conflicts requiring immediate resolution based on the CPM schedule and request in writing to the Engineer authorization to resolve unforeseen conflicts. Upon authorization, the Contractor shall diligently and without delay perform such work as necessary to resolve the conflicts. No adjustment in the applicable bid prices will be allowed based on the resolution of utility conflicts with proposed and existing utilities that are shown on the Plans. The Contractor shall protect and support all existing utilities not identified to be removed, relocated, or abandoned. The existing telecommunication and electrical system shall remain operational during the installation of the underground utility system and other construction activities. The respective utility companies will furnish and install all conductors and make all final connections necessary to energize the system. PSE or their contractors will be provided a 30-calendar-day window, Comcast will be provided a10 working day window to follow PSE, beginning when the conduit and vault systems are 100 percent complete and accepted by the Contracting Agency; and ending when the systems are energized, conversions complete, and existing overhead systems are removed. During this period, the Contractor must accommodate the utility company work, including traffic control and space requirements necessary to perform their work. The Contractor is responsible for planning and coordinating this utility work into their project schedule. The 30- calendar-day PSE window and separate 10 working day Comcast window are included in the allotted working days for the contract; unworkable days will not be allowed due to this accommodation of the utility companies or their contractors within this 30-calendar-day window except as provided in Section 1-08.1(1). The Contractor has the ability to reduce this 30-calendar-day window by completing the project in segments if indicated in the Contractor’s approved staging plan, and with the approval of the franchise utilities. PSE will also work in two- to three-block segments if the following criteria are met: • Segments are identified and agreed to with the utilities. • Vaults are installed and inspected. • Conduits are mandrelled. • Conduits are installed to terminal poles. • Any punch list items identified by the Engineer and/or utility inspectors are corrected. • All vaults and poles included in the segment are truck-accessible. • Vaults are installed to final elevation. 8-31.4 Measurement Joint utility trench (JUT) is defined as a trench that includes both PSE and telecommunications conduits. Joint utility trench excavation and backfill will be measured per linear foot of joint utility trench that is installed per the plans, specification, and the standard plans and specifications found in Appendices E and F. Lateral trench (LT) is defined as a trench that includes PSE or Telecommunications conduits, but not both. Lateral trench (LT) excavation and backfill will be measured by the linear foot, City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-205 February 2021 Bid Set – Project No.: TED4004100 Division 8 beginning at the point where excavation for LT construction requires the width of the JUT to be increased by 12 inches or more to accommodate lateral conduits. Gravel borrow, when approved by the Engineer for use in the absence of suitable native backfill, will be measured by the ton. “Install Vault – ________” will be measured per each vault or handhole that is installed by the Contractor. “Install Conduit Pipe _____ In. Diam. – ______” will be measured per linear foot of franchise utility conduit that is installed by the Contractor. Measurement will be measured through vaults and handholds not including sweeps or bends into/from or around vaults, raisers, or handholds. Installation of 2-inch-diameter conduit pipe will be measured as 3-inch-diameter conduit pipe. Concrete encasement for bends will be measured by the neat-line cubic yard for the limits required by the serving utility and approved by the Engineer. Placement of additional concrete beyond the limits approved by the Engineer will not be measured for payment. Installation of utility-provided pedestals will be measured per each location where pedestal is installed. Saw cutting and pavement removal that is not covered by other items in the utility undergrounding bid schedule shall be incidental to various utility undergrounding bid items involved and no separate measurement will be made. Notifications to the utility representatives for delivery of franchise utility furnished items to the site, storage of the franchise utility furnished items, and construction staking for vaults shall be considered incidental to various utility undergrounding bid items involved and no separate measurement will be made. Pipe zone bedding and shading shall be incidental to the various items, and no separate measurement will be made. Surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold or hot mix asphalt, shall be to the various utility undergrounding bid items involved and no separate measurement will be made. 8-31.5 Payment Payment will be made for the following Bid items when included in the Proposal: “Joint Utility Trench”, per linear foot. “Lateral Trench”, per linear foot. The unit bid price for joint utility trench and for lateral trench per linear foot shall be full compensation for all labor, materials, tools, and equipment, supplies, incidental work necessary for the excavation, bedding, and backfilling and compacting of the joint utility trench. The cost of furnishing and installing pipe bedding, placing and compacting native trench backfill, gravel borrow, coordination with franchise utilities, and other necessary work to allow the installation of conduits shall be included in this item. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-206 February 2021 Bid Set – Project No.: TED4004100 Division 8 “Install Vault – PSE Type ____”, per each. “Install Vault – Comcast Type _____”, per each The unit price bid shall be full compensation for installing the utility vault or handholes of the size and type specified. Including all labor, materials, tools and equipment, supplies, and other incidental work required to satisfactorily complete the work defined in the Standard Specifications, Special Provisions for the particular vault or handhole called for in the Plans. The unit cost per vault shall include vault excavation, foundation, bedding, installation, and backfilling. “Install Conduit Pipe ____ In. Diam. – PSE”, per linear foot. “Install Conduit Pipe ____ In. Diam. – Comcast”, per linear foot. The unit price per linear foot of “Install Conduit Pipe ____ In. Diam. – _______” shall be full pay for labor, material, equipment, and supplies necessary for installing and proofing all utility provided pipe, pipe connections, elbows, bends, caps, reducers, conduits, unions, and hardware for placing the pipe in accordance with the above provisions in the Contractor provided joint utility trench, lateral trench and pole risers. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified Proctor compaction test, ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench that fail to meet the compaction requirements shall have the backfill removed, replaced, and recompacted at the Contractor’s expense. The Contractor shall be responsible for any settlement of backfill, subbase, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at Contractor’s expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified Proctor compaction test, ASTM D 1557. Add the following new section: 8-32 FIELD OFFICE BUILDING (NEW SECTION) 8-32.1 Description This Work shall consist of the Contractor providing a field office for the sole use of the Contracting Agency. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-207 February 2021 Bid Set – Project No.: TED4004100 Division 8 8-32.3 Construction Requirements The location of the field office shall be arranged by the Contractor. The field office (portable trailer) shall be set-up, within the first five (5) working days from the Notice to Proceed Date. The field office shall meet the following requirements: 1. The field office shall be a minimum of ten (10) feet wide (measure on the exterior box dimension for portable trailer) with not less than four hundred-forty (440) square feet of clear floor space, having at least one (1) door. The minimum height from floor to ceiling shall be seven (7) feet. 2. The field office shall have a solid and level floor with no holes, a weatherproof roof and shall be dust-proof, and weather-tight. The interior walls shall be covered with material suitable for displaying Contract Plans and progress charts, etc. 3. The field office shall be strictly for the use of the Engineer’s staff. 4. The portable trailer furnished for the field office shall be in accordance with all applicable State and local codes and applicable WISHA requirements. 5. Portable Trailer: a. To deter break-in and theft, window and door glass shall be protected with heavy security screens on metal frames bolted to the walls and doors. All doors shall have two (2) locks each: one (1) doorknob keyhole lock and one (1) deadbolt cylinder lock, each with its own distinct key. The Contractor shall provide the number of sets of keys to the office as directed by the Engineer; minimum of four (4) keys for each lock. b. The portable trailer field office shall be level and the Structure shall be supported on blocks. c. If more than three (3) steps are required to enter the office, a floor-level landing of at least twelve (12) square feet with railing shall be provided. Steps and landing shall be stable and slip resistant. 6. The Contractor shall be responsible for maintaining and cleaning the field office; repairing any damage to the Structure, equipment and appurtenances; providing weekly janitorial services including supplying appropriate toilet room paper products; refilling applicable dispensers with drinking water cups, waterless hand cleaner with pumice, and paper towels; cleaning windows and sweeping floors; and emptying trash receptacles and recyclables, disposing trash, and relining trash receptacles and recyclables. 7. The office shall be furnished with the following furniture, equipment and appurtenances reasonably presentable, in good working order, and acceptable to the Engineer: a. Drafting table, 6-foot x 4-foot minimum, locking tilt feature [1 unit(s)], and stool with back support [1 unit]; b. Office chair with seat cushion, adjustable height seat, tilt back, arm rests, and floor wheels [2 unit(s)]; City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-208 February 2021 Bid Set – Project No.: TED4004100 Division 8 c. Office desk, 30-inch x 60-inch minimum size, with at least four (4) drawers which can be locked with key and one (1) of which is set up for file folders, two (2) sets of keys [2 unit(s)]; d. Office table, 36-inch x 72-inch [ 1 unit]; e. Office chairs with seat and back cushion [5 unit(s)]; f. Four-drawer file steel legal cabinet with folders and hanging folders, locking feature with two (2) sets keys, and frame in each drawer to hold folders [1 unit]; g. White board 2-1/2 feet by 4-1/2 feet minimum with eight (8) dry erase markers, one (1) dry board eraser, and sixteen (16) ounces of dry board cleaner [1 unit]; h. Metal trash receptacles and recycle bins for paper, plastics and glass; with trash liner inserts and three hundred (300) extra trash liners [two (2) - 41 quart size units and one (1) - 28 quart size unit]. 8. The office shall be furnished with the following computer support office equipment in good working order, and acceptable to the Engineer for the duration of the project: a. Color Scanner/Copier/Printer machine meeting the following minimum requirements: 1) Copy Size: 11 inches by 17 inches max (8.5-inches-by-11-inches tray, 8.5-inch by 11-inch to 11-inch by 17-inch tray, 4-inches by 6-inche to 12-inch by 18-inch by pass tray); 2) Automatic Duplexing (two-sided printing and copying); 3) Automatic Document Feeder: Capacity 50 sheets, paper size 5.5-inches by 8.5 inches to 11 inches by 17 inches; 4) 30 pages per minute maximum printing speed B&W and color; 5) Networking capability; 6) Input Capacity: Standard 2-200 sheets + 50 sheet by pass tray; 7) Output Capacity: Standard 200 sheets; 8) Print Resolution: Up to 600 dpi; 9) Scan Resolution: Up to 600 dpi; 10) Scan Size, Maximum: 11 by 17 inch (Automatic Document Feeder); 11) Scan to Email/desktop; 12) Scan File Formats: JPEG, PDF; 13) Under-storage cabinet; City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-209 February 2021 Bid Set – Project No.: TED4004100 Division 8 14) Floor wheels to accommodate service technician; 15) One thousand (1,000) sheets of each size twenty (20) lb. bright paper with no more than 30 percent recycle post-consumer content; 16) Must be compatible with all computer equipment networking and internet equipment as applicable, and 17) A repair and maintenance service contract with 4-hour service response on-site parts and labor. b. The Contractor shall provide a commercial grade broadband internet access with a static IP address (Cable or DSL at a minimum speed of 7.0 Mbps upload and 27.0 Mbps download) between the field office and an Internet Service Provider (ISP). The Contractor shall provide a wireless 802.11g broadband router. c. 6-foot minimum length power cords with multiple plug-in surge protector for each of two (2) computers with monitors, the Color Scanner/Copier/Printer, and one (1) spare. 9. Electric power of sufficient capacity to operate an electric heater, air conditioner, internet access, all computers with monitors, calculators, and lights. Field office shall be provided with a minimum of six (6) duplex convenience electrical outlets. The office shall be illuminated at the tables and desks. If the Contractor elects to provide the portable trailer option, an outdoor light fixture with a 150-watt bulb or approved equal shall be installed to effectively light the area around the office facility. 10. The Contractor shall provide drinking water with both hot and cold-water taps, and with disposable cup dispenser filled with cups; drinking water with disposable cup dispenser shall be in accordance with all applicable State and local codes and applicable WISHA requirements. 11. The Contractor shall provide sanitary facilities as port-a-potties or portable restrooms. Toilet and handwashing facilities shall be in accordance with all applicable State and local codes and applicable WISHA requirements. 12. The Contractor shall provide heating to heat the office to 70 degrees F within one (1) hour. 13. The Contractor shall provide replacement toner cartridges for printers and copy machines as needed. If the Contractor fails to provide a field office at the location and by the date agreed to at the pre-construction conference, the Engineer will provide written notice of such and shall have the right to withhold payments necessary to cover the Contracting Agency’s costs for or to remedy. If within five (5) working days of the Engineer sending this written notice the Contractor has not provided the field office, then the Engineer will have the option to provide the field office. If the Engineer elects to provide the field office, the Engineer will give the Contractor a second written notice of such; will within three (3) working days of giving the second written notice provide the field office meeting the requirements specified in these City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-210 February 2021 Bid Set – Project No.: TED4004100 Division 8 Specifications; and will charge the Contractor by deducting from monies due or to become due the Contractor on progress payments, all costs associated with the field office as specified in these Specifications. Upon deliverance of the second written notice, the Contractor’s right to provide the field office shall be forfeited. The field office, equipment, and appurtenances supplied by the Contractor shall revert to and be removed by the Contractor when the Engineer, via the written notice of Physical Completion to the Contractor, establishes the Physical Completion Date. If the Contractor removes, closes, or discontinues the services specified in this Section prior to receiving the written notice of Physical Completion without first obtaining written approval from the Engineer, the Contractor will be charged Liquidated Damages in accordance with Section 1-08.9. 8-32.4 Vacant 8-32.5 Payment Payment will be made for the following Bid Item when included in the Proposal: “Field Office Building”, Lump Sum. The lump sum Contract price for “Field Office Building” shall be full pay for furnishing, installing, maintaining, and removing the facility, including all costs associated with all required utility hook-ups and disconnects, and monthly utility charges for all utilities, and Work required to relocate the field office if required. END OF DIVISION 8 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-211 February 2021 Bid Set – Project No.: TED4004100 Division 9 DIVISION 9 MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil 9-14.2(1) Topsoil Type A Section 9-14.2(1) is supplemented as follows: (***Renton***) Topsoil Type A shall consist of a mixture of compost, meeting requirements of Section 9-14.5(8), and sandy loam per USDA soil texture classification. The mixture shall contain a minimum of 10 percent organic matter. The mixture shall be free of weeds, deleterious materials, rocks, and debris. 100 percent of the imported topsoil shall pass through a 3/4-inch screen, less than 25 percent shall pass through a #200 sieve. Submit 1-gallon sample, source, and letter of certification from the supplier for approval prior to installation. The topsoil shall be Cedar Grove Composting two-way topsoil, Pacific Topsoil 2-way mix or approved equal. To be equal, source should be a commercial operation with expertise in production of topsoil, an established method of screening materials to verify no pollutant contamination and that all materials are biodegradable, and produce a product that is equal in quality to the source listed. A quality topsoil product is at a minimum a sandy loam soil with fine compost amendments, rich in nutrients, free draining, and weed free. 9-15 IRRIGATION SYSTEM 9-15.3 Automatic Controllers Section 9-15.3 is supplemented with the following: (***Renton***) The controllers shall be as follows: 1. Controller shall be battery operated. 2. Wireless, radio-controlled operation up to 100 feet away. 3. Station run time: 0-240 minutes in 1-minute increments. 4. Operates valves up to 100 feet away from controller using AWG 18. 5. Start Times: 9 per day. 6. 7-day calendar or interval (1-31 day) watering. 7. AM/PM or 24-hour clock option. 8. Start time stacking. 9. Simplified manual operation. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-212 February 2021 Bid Set – Project No.: TED4004100 Division 9 10. Programmable rain delay for 1 to 7 days. 11. Solenoids: Compatible with most common 2-wire, 6-9 volt battery operated solenoids. 12. Battery: Standard 9-volt alkaline battery. 13. Memory: Non-volatile for program data. 14. Weather sensor compatible. 15. Frequency of operation: 900MHz ISM Band. 16. No FCC license required. 9-28 SIGNING MATERIALS AND FABRICATION 9-28.7 Process Colors Section 9-28.7 is supplemented with the following: (***Renton***) Back of mast arm mounted signs and associated banding shall match signal mast arm color. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Section 9-29.1 is supplemented with the following: (***Renton***) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. The conduit PVC – non-metallic shall be of the two types indicated below: 1. Schedule 80 extra heavy wall PVC conforming to ASTM Standards, to be used in all installations under roadways. 2. Schedule 40 heavy wall PVC conforming to ASTM Standards. Add the following new section: 9-29.1(12) Conduit Sealing (New Section) (***Renton***) Cabinet conduit sealing shall be one of the following: 1. Duo-fill 400 – self expanding waterproof foam. 2. Jackmoon – Triplex Duct Plugs. 3. O-Z Gedney – Conduit Sealing Bushings. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-213 February 2021 Bid Set – Project No.: TED4004100 Division 9 Mechanical plugs shall be installed per manufacturer’s recommendations. 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 9-29.2(1) Junction Boxes 9 29.2(1)A Standard Duty Junction Boxes Section 9-29.2(1)A is supplemented with the following: (***Renton***) Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate with non-slip treatment. Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid per City of Renton Standard Plan. Junction boxes placed in the sidewalks shall have non-skid lids. Junction boxes shall be marked for use in accordance with the following schedule: System Type Legend Illumination LT Traffic Signal TS Interconnect Only COMM Concrete Junction Boxes Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is 1/2-inch wide or less the slip-resistant treatment may be omitted on that portion of the frame. The slip-resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment (“M1” for Mebac#1; or “S3” for SlipNOT Grade 3-coarse) and the year manufactured. The permanent marking shall be 1/8-inch line thickness formed with a stainless steel weld bead. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9-29.3(1) Fiber Optic Cable Section 9-29.3(1) is supplemented with the following: (***Renton***) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all the conduit, all required fittings, termination and other installation accessories, all in accordance with the Contract Documents. The fiber optic cable network shall be single mode, non-zero dispersion shifted, loose tube fiber capable of supporting both SONET transmission speeds and protocols up to 2.4 GE/s, and NTSC quality color video applications. Trace wire will need to be in cable or pulled in conduit with fiber cable. Install signal controller mounted patch panels for all fiber terminating applications. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-214 February 2021 Bid Set – Project No.: TED4004100 Division 9 Patch panels shall accept SC style connectors. The Contractor shall provide all necessary tools, consumables, cleaner, mounting hardware and other materials required for the complete installation of each patch panel. A wiring diagram shall be supplied with each patch panel. The wiring diagram shall identify the destination of each fiber terminated in the patch panel. The destination information shall include at a minimum, an intersection name, cabinet number, patch panel number and patch panel port. The wiring diagram shall be placed in a plastic sheet protector next to the patch panel and a copy submitted to the Project Representative with As-Built drawings. Each row of ports in the patch panels shall be labeled with the associated port numbers with the assumption that the numbers increase from top to bottom or left to right. The Contractor is responsible for demonstrating the functionality of the installed system through testing. These tests shall be conducted in accordance with an approved test plan that shall cover the key functional requirements of the Work. The Contractor shall, at its cost, provide suitable test equipment, instruments and labor for the purpose of tests. The Contractor shall provide sufficient notice of not less than three (3) working days prior to the commencement of the first test. The Contractor shall submit with this notice a schedule of all tests covered by this notice. 9-29.3(2) Electrical Conductors and Cable Section 9-29.3(2) is supplemented with the following: (***Renton***) Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number shown on the Plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the Plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG wires with 0.008-inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. 9-29.3(2)H Three-Conductor Shielded Cable Section 9-29.3(2)H is deleted and replaced with the following: (***Renton***) Three conductor shielded cable (3CS) for the detector circuit for optical fire preemption receivers shall be Model 138 Opticom cable. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-215 February 2021 Bid Set – Project No.: TED4004100 Division 9 9-29.6 LIGHT AND SIGNAL STANDARDS 9-29.6(1) Steel Light and Signal Standards Add the following new sections: 9-29.6(1)A Decorative Signal Poles (New Section) The relocated decorative Type III and Type PS signal poles shall be installed on new foundations and rewired, per the Plans. Poles and arms shall be factory galvanized, primed and finish coated as referenced in Section 6-07 of these Special Provisions. 9-29.6(1)B Decorative Luminaire Poles (New Section) Arterial street decorative roadway luminaire poles and subassemblies shall be per City of Renton Standard Plans 117.1 and 117.3, except no pedestrian luminaire shall be required. Pole and its subassemblies color shall be per Section 6-07 of these Special Provisions. 9-29.10 Luminaires Add the following new section: 9-29.10(2) Decorative Luminaires (New Section) Luminaire performance specifications shall be as follows: Roadway luminaires shall be LED type, with wattages similar to the wattages shown in the luminaire schedule on the Plans. The roadway luminaire housing shall be: dome shaped and similar to dimensions as shown on the City of Renton Standard Plan 117.1, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide toolless access to the internal components, and the upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. The lens module shall be clear tempered flat glass assembled on a cast aluminum lens frame, fitted with a silicon gasket compression system to attain an IP 66 rating. Upper housing shall have a 1-1/2-inch hole predrilled at 5-3/4 inches from top of 4-inch tubing (upper housing) to accept 1-inch conduit that is part of the arm assembly. The LED module shall be mechanically secured on a die cast aluminum heat sink, minimum 70 CRI, correlated color temperature to be 4000 Kelvin, Type III Optics. The driver module shall be auto adjustable 120-277 VAC Class 1, wired at 240V, ROHS compliant assembled on a toolless removable tray with quick disconnects resisting to 221 Degrees F (105 C), high power factor of 90 percent. Minimum starting temperature shall be -40 degrees, maximum operating temperature of 130 Degrees F. On board thermal protection device reduces output current to 150mA if internal driver temperature (Tcase) exceeds 185 Degrees F (85 C), provide 3-pole 10KV surge protector per City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-216 February 2021 Bid Set – Project No.: TED4004100 Division 9 IEEE/ANSI C62.41.2 C High. 3-Wire Terminal Block shall be affixed to the bottom of the driver module tray which is attached to the removable pole top cap, terminal block is pre-wired to driver module, provide UL, pertinent luminaire codification labels affixed to inside of the luminaire housing. The roadway luminaire housing shall be dome shaped and similar to dimensions as shown on the Plans, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide toolless access to the internal components. The upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. The optical assembly/reflector shall be made of pre-anodized aluminum, segmented in multiple facets, ventilated perforations and heat sinks to maximize heat dissipation. Reflector shall produce full cut-off Type III optics to meet the design/performance criteria, 4000K CCT. LED driver module rated for 120V-277V operation, high power factor (90%), with a minimum starting temperature of -40 Degrees Fahrenheit, secured on a toolless access tray with quick disconnects. Individual LED chips or modules shall be removable by means of tool less access in the event they need to be replaced. LED driver not to exceed 750 MA. All decorative fixtures shall be of the same manufacturer and external appearance. All exposed hardware is stainless steel, textured finish on fixture and arm shall be per Section 6-07 of these Special Provisions. 9-29.11 Control Equipment 9-29.11(2) Photoelectric Controls Section 9-29.11(2) is replaced with the following: (***Renton***) Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photocell shall be a solid state device with stable turn on values in the temperature range of -55 degrees C to +70 degrees C. In a contactor-controlled system, the photocell to control the system shall be mounted on the luminaire nearest to the service/contactor cabinet. The photocell shall be rated as a ten-year (or higher) life expectancy. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-217 February 2021 Bid Set – Project No.: TED4004100 Division 9 9-29.13 Control Cabinet Assemblies 9-29.13(7) Wiring Diagrams Section 9-29.13(7) is modified and supplemented by retaining the first three sentences and replacing the remainder of the section with: (***Renton***) The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. The cabinet shall be furnished with (3) complete sets of cabinet prints. All cabinet wiring, and layout shall come on (1) E1 size sheet, multiple pages shall not be allowed. Upon request, (1) USB memory stick with AutoCAD v2008 cabinet drawing for the cabinet wiring can be provided direct to the agency. 9-29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets 9-29.13(10)A Auxiliary Equipment for NEMA Controllers Section 9-29.13(10)A is revised as follows: In addition to existing equipment, the following additional auxiliary equipment shall be furnished and installed in each existing cabinet noted on the Plans. Coordinate installation location and type with the City: Fiberoptic Termination Panel Furnish and install 12-port wall-mounted fiberoptic termination panels with loaded duplex single-mode LC coupler plates and splice tray. The panels shall be Corning SPH-01P with (1) CCH-CP24-A9 coupler plate. Ethernet Switch Furnish and install an ethernet switch. The ethernet shall be a SIEMENS/RuggedCom model RS940G-HI-D-2SFP-XX with (2) 99-25-0100 mini SFP transceivers SM LC 1310nm, 10km distance. The Ethernet switch warrantees shall be in the name of City of Renton. The following cables and cords shall be supplied with the Ethernet switch: • Two single mode patch cords (LC to LC). • One 16-gauge 3 conductor power adapter. • Four Cat6 patch cables. Cables All wire cable bundles shall be encased in flex or expandable braided sleeving along their entire free length. All SDLC cables shall be terminated on both ends, securely terminated to the SDLC interface panel with screw type connection and professionally routed in the cabinet interior to easily reach the load bay, controller, malfunction management unit and detector racks. All SDLC connectors shall be fully populated with 15 pins each. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-218 February 2021 Bid Set – Project No.: TED4004100 Division 9 9-29.13(10)C NEMA Controller Cabinets Section 9-29.13(10)C is supplemented with the following: (***Renton***) The existing HAWK signal controller cabinet to be relocated is a Western Systems Type M Stretch cabinet with BBS. Contractor shall relocate this cabinet and all equipment to a new foundation, per the Plans. 9-29.16 Vehicular Signal Heads, Displays, and Housing 9-29.16(2) Conventional Traffic Signal Heads Section 9-29.16(2) is supplemented by adding the following: (***Renton***) 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 including a back plate 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. 9-29.17 Signal Head Mounting Brackets and Fittings Section 9-29.17 is replaced as follows: (***Renton***) Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown on the standard Plans, unless specified otherwise on the Plans. Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: Aluminum 1. Arms and slotted tube fittings for Type N mount (temporary signals only). 2. 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. 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. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-219 February 2021 Bid Set – Project No.: TED4004100 Division 9 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. 3. Bolt, nut and washers for Type L mount. 4. Bolts, nuts, washers, and screw buckle swivels. Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. 2. Nipples for Type L, LE, and P mounts. All other miscellaneous hardware shall be stainless steel. All hardware for mounts shall be painted with two coats of factory applied traffic signal federal yellow baked enamel. Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12-section terminal block. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. 9-29.19 Pedestrian Push Buttons Section 9-29.19 is replaced by the following: The Contractor shall furnish and install a fully functioning accessible pedestrian push button system at locations specified in the Contract Plans. The pedestrian push button system shall include the following items: Pedestrian push button assemblies shall be ADA Accessible Pedestrian Signals (APS), Model iNS23TNO-B, by Polara Engineering, Inc. The push button assemblies shall include the following features: • Operates over a single pair of wires with the option of operating with a pedestrian head control unit • All PBS wired in parallel, individually assignable to any phase • 16 buttons can operate on a single iCCU (dependent on power requirements and wire runs) City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-220 February 2021 Bid Set – Project No.: TED4004100 Division 9 • All sounds are synchronized • 4 Locate Tone selectable options • 13 Walk Sound selectable options, 3 of them custom options • Seven Clearance Sound selectable options • Walk, Clearance, and Don’t Walk sounds automatically adjust to ambient • Separate ambient response settings for Locate Tone (for quiet ambient conditions) • Most sounds have independent Min/Max settable limits • Button vibrates during Walk • Button push confirmed by latching LED, tactile bounce, and audible “wait” sound • Extended button push can boost volume for next Walk and Clearance • Direction of travel message with extended button push, capable • Extended Push Priority: mutes all but selected crosswalk, capable • Extended Push activation settings: 0-6 second range, 0.5 second increments • Beaconing and Ping Pong features available • Select audio messages, change settings, and perform firmware updates wirelessly using iOS (9.0+) or Android (5.0+) devices, or a Windows PC with Polara’s Bluetooth Dongle • Built in health/event logging feature, up to 1000 events • False walk detection: four independent checks • External speaker option at time of order • External button input for bike lanes, horses, etc. • 9 inch by 15 inch Hi-Intensity Retroreflective MUTCD R10-3e 800H-84 countdown sign (per WSDOT Standard Plan J-20.26) One Shelf Mount Central Control Unit shall be provided and installed in the traffic controller cabinet per intersection as an interface between the signal controller and the pedestrian push button stations. The shelf mount iNtelligent Central Control Unit, Model iCCU-S2, by Polara Engineering, Inc., shall: • Designed to sit on a shelf, and interfaces to traffic cabinet either through the Polara cable assembly, or a SDLC cable • Support full bidirectional Bus Interface Unit (BIU) capability allow the control unit to get interval timing information and place calls to the traffic controller directly through the SDLC interface the power supply and signaling interface between the existing intersection Traffic Control Unit and the Push Button Stations installed on the intersection include one (1) Custom Cable Harness cable assembly with all cables 12 feet long for double wide cabinets • Accommodate up to 16 push button stations • Support SDLC communication in TS1 and TS2 cabinets City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-221 February 2021 Bid Set – Project No.: TED4004100 Division 9 • Include a front panel with a backlit LCD for displaying system status information • Perform setup functions via Ethernet or Wi-Fi/Bluetooth using a PC, iPhone or iPad • Provide free apps for both Windows PCs (Windows 7 or higher) and iOS (8.0 or higher) devices. • Supports multiple configurations, with ability to change operational features based on time of day • Include a built-in conflict monitoring system that monitors pedestrian push button stations and pedestrian signal head lights and powers off in the event of a conflict • Include health log data capture that is downloadable and contains extensive status/fault reporting • Support remote monitoring over Ethernet • Include an Ethernet port for communication • Include a USB port • Include the Interconnect Board, Model iN2-ICB, for termination of field wiring intersection/field button • Include two (2) SDLC Cables, Model iN2-SDLC-CABLE, a standard 6-foot long SDLC cable • Include a three (3) year manufacturer limited warranty • Include one (1) power cable for 120 Vac, 60 Hz, 5 A 9-29.24 Service Cabinets 9-29.24(2) Electrical Circuit Breakers and Contactors Section 9-29.24(2) is deleted and replaced with the following: (***Renton***) The electrical circuit breakers and contactors shall be as indicated on the contract Plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker. 2. Branch circuit breakers. 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type. 4. Light control test switch (120 volt-15 Amp). 5. Contactor relay for each circuit. 6. Double pole branch breaker(s) for lighting circuits (240 volt). 7. One 120-volt, 20 Amp single pole branch breaker (for utility plugs). 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. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-222 February 2021 Bid Set – Project No.: TED4004100 Division 9 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary. 9-29.25 Amplifier, Transformer, and Terminal Cabinets Section 9-29.25 is supplemented as follows: (***Renton***) The terminal box shall be weather tight, have a single door with continuous hinge on one side and screw hold-downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22-inches high by 13-inches wide by 11-inches deep and constructed of cast aluminum and fitted with a Best internal lock. Add the following new section: 9-29.26 Radar Speed Sign Assembly (New Section) The new radar speed sign shall be solar powered. The solar panel shall be 80-watt minimum and side mounted above the radar speed sign. The radar speed sign assembly shall be Carmanah SpeedCheck-15, with sign dimensions of 30-inches (±6 inches) tall by 30-inches (±6 inches) wide, or approved equal meeting the above specifications and all MUTCD requirements. Contractor shall provide all manufacturer supplied product information to the City following installation. Contractor shall verify with the City that the radar speed sign assembly is functioning properly prior to project completion. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe Section 9-30.1 is revised to read: (***Renton***) All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking water system components which come in contact with potable water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-223 February 2021 Bid Set – Project No.: TED4004100 Division 9 marked with the manufacturer’s name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised to read: (***Renton***) 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. 2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 3. Restrained joints shall be as specified in Section 9-30.2(6). 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable. The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the above referenced standards. 9-30.1(2) Polyethylene Encasement Section 9-30.1(2) is revised to read: (***Renton***) Polyethylene encasement (plastic film wrap) shall be eight mil (8-mil) polyethylene, tube type conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a polyethylene encasement, tube-type and in black color. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe Section 9-30.2(1) is revised to read: (***Renton***) Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-224 February 2021 Bid Set – Project No.: TED4004100 Division 9 Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and ells. Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified as push-on joint (Tyton), mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded. Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15 inches minimum length and shall be mechanical joint. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single-piece casting. Threaded pipe and flanges combinations shall not be used. Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS. Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section 1-06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings and bolts to be used. 9-30.2(2) Vacant Section 9-30.2(2), including title, is replaced with the following: (***Renton***) 9-30.2(2) Galvanized Iron Pipe Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable iron galvanized per ANSI B16.3. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-225 February 2021 Bid Set – Project No.: TED4004100 Division 9 9-30.2(3) Vacant Section 9-30.2(3), including title, is replaced with the following: (***Renton***) 9-30.2(3) Steel Casing Pipe Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy-coal tar equal to Tnemec Hi-Build Tneme-Tar, Series 46H-413. Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2(4) Steel Pipe Add the following new section: 9-30.2(4)C Spacers and Seals for Steel Casing Pipe (New Section) (***Renton***) Casing spacers shall be “centered positioning” type bands at least 12 inch in width, and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be 2-inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer’s instruction. The height of the risers and runners combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the casing wall, to prevent jamming during installation. Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G-2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-226 February 2021 Bid Set – Project No.: TED4004100 Division 9 9-30.2(6) Restrained Joints Section 9-30.2(6), including title, is deleted and replaced with the following: (***Renton***) 9-30.2(6) Restrained Joint Pipe and Fittings Restrained joint (RJ) ductile iron pipe and fittings, where required on the plans, shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet the following criteria: 1. The restrained joint shall have a positive metal to metal contact locking system without the use of gripping teeth. Gaskets for push-on joint pipe with integrally molded steel or metal teeth or locking segments shall not be allowed as substitutes for restrained-joint pipes. 2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe fittings, except as provided in item 4 below. 3. The joint restraint system for the pipe shall be boltless. 4. Where restrained joint fittings required on the plans cannot be furnished or where restrained jointed fittings are required in areas that are known to be subject to location adjustments, the Contractor may submit a lay plan showing mechanically jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be substituted for restrained joint pipe. Wedge Restraint Glands Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller. 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe Section 9-30.2(7) is revised to read: (***Renton***) Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C111. Stainless steel bolts require anti-seize compound. Heavy hex nuts shall be used. The long body pattern with a minimum center ring or center sleeve length of 12-inches for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a 15 inch minimum length. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-227 February 2021 Bid Set – Project No.: TED4004100 Division 9 9-30.3 Valves Section 9-30.3 is supplemented with the following: (***Renton***) Valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be stamped with “NSF APPROVED” and “DI”. Where a valve is required to operate in a higher pressure environment than the Class of valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. 9-30.3(1) Gate Valves (3 to 16 inches) Section 9-30.3(1) is supplemented with the following: (***Renton***) All valve material shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work. All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem, and shall be equipped with a standard two (2) inch square operating nut and O-ring stem seals. Valves shall open counterclockwise when viewed from above. Valves shall be designed for a minimum water operating pressure of 200 psi. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA C509 and C515 latest revisions. Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Where restrained joints are called out, valve ends shall be flanged with appropriate flange by restrained joint adapters. All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less. Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented with the following: (***Renton***) The valve shall be short-body type and shall have flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1 Class 125. Valve shall be suitable for direct bury City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-228 February 2021 Bid Set – Project No.: TED4004100 Division 9 and shall have a stem extension with AWWA 2-inch square operating nut and suitable valve box. All butterfly valves bodies and discs shall be ductile iron. The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick, Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved equal. 9-30.3(4) Valve Boxes Section 9-30.3(4) is revised to read: (***Renton***) Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece slip type with cast iron extension as necessary, conforming to the City of Renton latest standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron “ears” installed in the direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the depth of the standard valve box. Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish Casting Corp.). The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C504. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) is revised to read: (***Renton***) Valve markers shall be Carsonite composite utility marker 0.375" x 6’-0", or approved equal, with blue label “water”. The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions Section 9-30.3(6) is revised to read: (***Renton***) Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) is supplemented with the following: (***Renton***) Combination air release/air vacuum valves shall comply with the requirements of ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer Corp, “Heavy-Duty,” combination air release valve, Val-Matic No. 201C, Crispin UL10 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-229 February 2021 Bid Set – Project No.: TED4004100 Division 9 or approved equal. Installation shall be per the City of Renton Standard Plans, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the actual high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is supplemented with the following: (***Renton***) Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be Cor-Ten or stainless steel. Add the following new section: 9-30.3(9) Blow-Off Assembly (New Section) (***Renton***) Installation of blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is revised to read: (***Renton***) Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve opening and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed. Hydrants of the following manufacture and pattern have been approved by the City of Renton. Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250. 9-30.5(1) End Connections Section 9-30.5(1) is revised to read: (***Renton***) Hydrant end connections shall be mechanical joint connection unless otherwise specified in the description of the bid of proposal. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-230 February 2021 Bid Set – Project No.: TED4004100 Division 9 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is revised to read: (***Renton***) Fire hydrants shall have a main valve opening with minimum diameter of 5-1/4 inches, “O” ring stem seal, two 2-1/2-inch National Standard Thread (N.S.T.) hose nozzle connections, one 4-inch pumper port connection with City of Seattle standard threads and with a 4.875" Seattle thread x 5" Storz adapter attached with a 1/8" stainless steel cable. The shoe connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches, mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch pentagonal. The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore Luxlite or approved equal in Safety Yellow color. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.5(4) Hydrant Restraints Section 9-30.5(4) is revised to read: (***Renton***) Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at the sidewalk. 9-30.6 Water Service Connections (2 inches and Smaller) 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Tubing Section 9-30.6(3)B is revised to read: (***Renton***) Polyethylene pipe shall not be used. 9-30.6(3)C PEX-a Tubing Section 9-30.6(3)C is revised to read: (***Renton***) PEX-a tubing shall not be used. City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-231 February 2021 Bid Set – Project No.: TED4004100 Division 9 9-30.6(4) Service Fittings Section 9-30.6(4) is revised to read: (***Renton***) Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) is supplemented with the following: (***Renton***) Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. 9-30.6(7) Meter Boxes Section 9-30.6(7) is supplemented with the following: (***Renton***) Meter boxes shall be installed per the City of Renton Standard Plans for water meters, latest revision. END OF DIVISION 9 City of Renton 214-1779-045 Duvall Avenue NE Contract Provisions SP-232 February 2021 Bid Set – Project No.: TED4004100 Division 9 This Page Intentionally Left Blank Appendix A Prevailing Wage Rates State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 02/27/2021 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $52.39 5D 1H View King Boilermakers Journey Level $69.29 5N 1C View King Brick Mason Journey Level $60.57 7E 1N View King Brick Mason Pointer-Caulker-Cleaner $60.57 7E 1N View King Building Service Employees Janitor $26.28 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.63 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold)$29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold)$30.33 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74  1 View King Carpenters Acoustical Worker $64.94 7A 4C View King Carpenters Carpenter $64.94 7A 4C View King Carpenters Carpenters on Stationary Tools $65.07 7A 4C View King Carpenters Creosoted Material $65.07 7A 4C View King Carpenters Floor Finisher $64.94 7A 4C View King Carpenters Floor Layer $64.94 7A 4C View King Carpenters Scaffold Erector $64.94 7A 4C View King Cement Masons Application of all Composition Mastic $64.84 7A 4U View King Cement Masons Application of all Epoxy Material $64.34 7A 4U View King Cement Masons Application of all Plastic Material $64.84 7A 4U View King Cement Masons Application of Sealing Compound $64.34 7A 4U View King Cement Masons Application of Underlayment $64.84 7A 4U View King Cement Masons Building General $64.34 7A 4U View King Cement Masons Composition or Kalman Floors $64.84 7A 4U View King Cement Masons Concrete Paving $64.34 7A 4U View King Cement Masons Curb & Gutter Machine $64.84 7A 4U View King Cement Masons Curb & Gutter, Sidewalks $64.34 7A 4U View King Cement Masons Curing Concrete $64.34 7A 4U View King Cement Masons Finish Colored Concrete $64.84 7A 4U View King Cement Masons Floor Grinding $64.84 7A 4U View King Cement Masons Floor Grinding/Polisher $64.34 7A 4U View King Cement Masons Green Concrete Saw, self- powered $64.84 7A 4U View King Cement Masons Grouting of all Plates $64.34 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $64.34 7A 4U View King Cement Masons Gunite Nozzleman $64.84 7A 4U View King Cement Masons Hand Powered Grinder $64.84 7A 4U View King Cement Masons Journey Level $64.34 7A 4U View King Cement Masons Patching Concrete $64.34 7A 4U View King Cement Masons Pneumatic Power Tools $64.84 7A 4U View King Cement Masons Power Chipping & Brushing $64.84 7A 4U View King Cement Masons Sand Blasting Architectural Finish $64.84 7A 4U View King Cement Masons Screed & Rodding Machine $64.84 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $64.34 7A 4U View King Cement Masons Troweling Machine Operator $64.84 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $64.84 7A 4U View King Cement Masons Tunnel Workers $64.84 7A 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $118.80 7A 4C View King Divers & Tenders Dive Supervisor/Master $81.98 7A 4C View King Divers & Tenders Diver $118.80 7A 4C 8V View King Divers & Tenders Diver On Standby $76.98 7A 4C View King Divers & Tenders Diver Tender $69.91 7A 4C View King Divers & Tenders Manifold Operator $69.91 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $74.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $69.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Tender $65.19 7A 4C View King Dredge Workers Assistant Engineer $70.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand)$70.07 5D 3F View King Dredge Workers Boatmen $70.62 5D 3F View King Dredge Workers Engineer Welder $71.97 5D 3F View King Dredge Workers Leverman, Hydraulic $73.41 5D 3F View King Dredge Workers Mates $70.62 5D 3F View King Dredge Workers Oiler $70.07 5D 3F View King Drywall Applicator Journey Level $64.94 5D 1H View King Drywall Tapers Journey Level $65.31 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $31.99 5L 1E View King Electricians - Inside Cable Splicer $89.11 7C 4E View King Electricians - Inside Cable Splicer (tunnel)$95.77 7C 4E View King Electricians - Inside Certified Welder $86.08 7C 4E View King Electricians - Inside Certified Welder (tunnel)$92.44 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $83.05 7C 4E View King Electricians - Inside Journey Level (tunnel)$89.11 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View King Electricians - Powerline Construction Journey Level Lineperson $75.64 5A 4D View King Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View King Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $53.57 7E 1E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $44.40 7A 4V 8Y View King Fence Erectors Fence Laborer $44.40 7A 4V 8Y View King Flaggers Journey Level $44.40 7A 4V 8Y View King Glaziers Journey Level $69.26 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journeyman $79.43 5J 4H View King Heating Equipment Mechanics Journey Level $89.61 7F 1E View King Hod Carriers & Mason Tenders Journey Level $54.01 7A 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $13.69  1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49  1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $13.69  1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91  1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33  1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45  1 View King Insulation Applicators Journey Level $64.94 7A 4C View King Ironworkers Journeyman $75.23 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $52.39 7A 4V 8Y View King Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View King Laborers Ballast Regular Machine $52.39 7A 4V 8Y View King Laborers Batch Weighman $44.40 7A 4V 8Y View King Laborers Brick Pavers $52.39 7A 4V 8Y View King Laborers Brush Cutter $52.39 7A 4V 8Y View King Laborers Brush Hog Feeder $52.39 7A 4V 8Y View King Laborers Burner $52.39 7A 4V 8Y View King Laborers Caisson Worker $54.01 7A 4V 8Y View King Laborers Carpenter Tender $52.39 7A 4V 8Y View King Laborers Cement Dumper-paving $53.35 7A 4V 8Y View King Laborers Cement Finisher Tender $52.39 7A 4V 8Y View King Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $53.35 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.)$52.39 7A 4V 8Y View King Laborers Choker Setter $52.39 7A 4V 8Y View King Laborers Chuck Tender $52.39 7A 4V 8Y View King Laborers Clary Power Spreader $53.35 7A 4V 8Y View King Laborers Clean-up Laborer $52.39 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $53.35 7A 4V 8Y View King Laborers Concrete Form Stripper $52.39 7A 4V 8Y View King Laborers Concrete Placement Crew $53.35 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $53.35 7A 4V 8Y View King Laborers Crusher Feeder $44.40 7A 4V 8Y View King Laborers Curing Laborer $52.39 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $52.39 7A 4V 8Y View King Laborers Ditch Digger $52.39 7A 4V 8Y View King Laborers Diver $54.01 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $53.35 7A 4V 8Y View King Laborers Dry Stack Walls $52.39 7A 4V 8Y View King Laborers Dump Person $52.39 7A 4V 8Y View King Laborers Epoxy Technician $52.39 7A 4V 8Y View King Laborers Erosion Control Worker $52.39 7A 4V 8Y View King Laborers Faller & Bucker Chain Saw $53.35 7A 4V 8Y View King Laborers Fine Graders $52.39 7A 4V 8Y View King Laborers Firewatch $44.40 7A 4V 8Y View King Laborers Form Setter $52.39 7A 4V 8Y View King Laborers Gabian Basket Builders $52.39 7A 4V 8Y View King Laborers General Laborer $52.39 7A 4V 8Y View King Laborers Grade Checker & Transit Person $54.01 7A 4V 8Y View King Laborers Grinders $52.39 7A 4V 8Y View King Laborers Grout Machine Tender $52.39 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $53.35 7A 4V 8Y View King Laborers Guardrail Erector $52.39 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $54.01 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $53.35 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $52.39 7A 4V 8Y View King Laborers High Scaler $54.01 7A 4V 8Y View King Laborers Jackhammer $53.35 7A 4V 8Y View King Laborers Laserbeam Operator $53.35 7A 4V 8Y View King Laborers Maintenance Person $52.39 7A 4V 8Y View King Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View King Laborers Material Yard Person $52.39 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $53.35 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $53.35 7A 4V 8Y View King Laborers Pavement Breaker $53.35 7A 4V 8Y View King Laborers Pilot Car $44.40 7A 4V 8Y View King Laborers Pipe Layer Lead $54.01 7A 4V 8Y View King Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View King Laborers Pipe Pot Tender $53.35 7A 4V 8Y View King Laborers Pipe Reliner $53.35 7A 4V 8Y View King Laborers Pipe Wrapper $53.35 7A 4V 8Y View King Laborers Pot Tender $52.39 7A 4V 8Y View King Laborers Powderman $54.01 7A 4V 8Y View King Laborers Powderman's Helper $52.39 7A 4V 8Y View King Laborers Power Jacks $53.35 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View King Laborers Raker - Asphalt $54.01 7A 4V 8Y View King Laborers Re-timberman $54.01 7A 4V 8Y View King Laborers Remote Equipment Operator $53.35 7A 4V 8Y View King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View King Laborers Rip Rap Person $52.39 7A 4V 8Y View King Laborers Rivet Buster $53.35 7A 4V 8Y View King Laborers Rodder $53.35 7A 4V 8Y View King Laborers Scaffold Erector $52.39 7A 4V 8Y View King Laborers Scale Person $52.39 7A 4V 8Y View King Laborers Sloper (Over 20")$53.35 7A 4V 8Y View King Laborers Sloper Sprayer $52.39 7A 4V 8Y View King Laborers Spreader (Concrete)$53.35 7A 4V 8Y View King Laborers Stake Hopper $52.39 7A 4V 8Y View King Laborers Stock Piler $52.39 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $44.40 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $53.35 7A 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $53.35 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $53.35 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite)$52.39 7A 4V 8Y View King Laborers Topper $52.39 7A 4V 8Y View King Laborers Track Laborer $52.39 7A 4V 8Y View King Laborers Track Liner (Power)$53.35 7A 4V 8Y View King Laborers Traffic Control Laborer $47.48 7A 4V 9C View King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View King Laborers Truck Spotter $52.39 7A 4V 8Y View King Laborers Tugger Operator $53.35 7A 4V 8Y View King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $129.67 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $134.70 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $138.38 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $144.08 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $146.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $151.30 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $153.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $155.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $157.20 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $54.11 7A 4V 8Y View King Laborers Tunnel Work-Miner $54.11 7A 4V 8Y View King Laborers Vibrator $53.35 7A 4V 8Y View King Laborers Vinyl Seamer $52.39 7A 4V 8Y View King Laborers Watchman $40.36 7A 4V 8Y View King Laborers Welder $53.35 7A 4V 8Y View King Laborers Well Point Laborer $53.35 7A 4V 8Y View King Laborers Window Washer/Cleaner $40.36 7A 4V 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $52.39 7A 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $53.35 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $40.36 7A 4V 8Y View King Landscape Construction Landscape Operator $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87  1 View King Lathers Journey Level $64.94 5D 1H View King Marble Setters Journey Level $60.57 7E 1N View King Metal Fabrication (In Shop)Journey Level $40.08  1 View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.69  1 View King Modular Buildings Electrician $13.69  1 View King Modular Buildings Equipment Maintenance $13.69  1 View King Modular Buildings Plumber $13.69  1 View King Modular Buildings Production Worker $13.69  1 View King Modular Buildings Tool Maintenance $13.69  1 View King Modular Buildings Utility Person $13.69  1 View King Modular Buildings Welder $13.69  1 View King Painters Journey Level $45.40 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $80.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $85.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $89.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $94.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $97.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $102.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $104.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $106.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $108.26 7A 4C View King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $61.67 7Q 1R View King Playground & Park Equipment Installers Journey Level $13.69  1 View King Plumbers & Pipefitters Journey Level $90.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper)$72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment Operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $73.49 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators Rollagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $72.28 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $74.22 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder $73.49 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper)$72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators-Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View Underground Sewer & Water Through 99 Tons King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators-Shovel, Excavator, Backhoes:$74.22 7A 3K 8X View Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175’ through 250’ in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Welder $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $53.10 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $50.40 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $53.10 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $47.48 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $36.10 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $85.51 6Z 1G View King Residential Brick Mason Journey Level $60.57 7E 1N View King Residential Carpenters Journey Level $36.44  1 View King Residential Cement Masons Journey Level $46.64  1 View King Residential Drywall Applicators Journey Level $64.94 7A 4C View King Residential Drywall Tapers Journey Level $35.95  1 View King Residential Electricians Journey Level $83.05 7C 4E View King Residential Glaziers Journey Level $27.62  1 View King Residential Insulation Applicators Journey Level $24.43  1 View King Residential Laborers Journey Level $29.73  1 View King Residential Marble Setters Journey Level $15.12  1 View King Residential Painters Journey Level $23.37  1 View King Residential Plumbers & Pipefitters Journey Level $90.69 6Z 1G View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $85.51 6Z 1G View King Residential Sheet Metal Workers Journey Level $89.61 7F 1E View King Residential Soft Floor Layers Journey Level $15.12  1 View King Residential Sprinkler Fitters (Fire Protection) Journey Level $40.70  1 View King Residential Stone Masons Journey Level $15.12  1 View King Residential Terrazzo Workers Journey Level $55.71 7E 1N View King Residential Terrazzo/Tile Finishers Journey Level $24.39  1 View King Residential Tile Setters Journey Level $21.04  1 View King Roofers Journey Level $55.55 5A 3H View King Roofers Using Irritable Bituminous Materials $58.55 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop)$89.61 7F 1E View King Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $79.43 5J 4H View King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $36.36 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $79.43 5J 4H View King Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $49.44 0 1 View King Sign Makers & Installers (Non- Electrical) Journey Level $31.96 0 1 View King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.69  1 View King Sprinkler Fitters (Fire Protection) Journey Level $84.39 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $13.69  1 View King Stone Masons Journey Level $60.57 7E 1N View King Street And Parking Lot Sweeper Workers Journey Level $19.09  1 View King Surveyors Assistant Construction Site Surveyor $72.28 7A 3K 8X View King Surveyors Chainman $69.12 7A 3K 8X View King Surveyors Construction Site Surveyor $73.49 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1E View King Telephone Line Construction - Outside Cable Splicer $41.81 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $23.53 5A 2B View King Telephone Line Construction - Outside Installer (Repairer)$40.09 5A 2B View King Telephone Line Construction - Outside Special Aparatus Installer I $41.81 5A 2B View King Telephone Line Construction - Outside Special Apparatus Installer II $40.99 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $41.81 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $38.92 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $38.92 5A 2B View King Telephone Line Construction - Outside Television Groundperson $22.32 5A 2B View King Telephone Line Construction - Outside Television Lineperson/Installer $29.60 5A 2B View King Telephone Line Construction -Television System Technician $35.20 5A 2B View Outside King Telephone Line Construction - Outside Television Technician $31.67 5A 2B View King Telephone Line Construction - Outside Tree Trimmer $38.92 5A 2B View King Terrazzo Workers Journey Level $55.71 7E 1N View King Tile Setters Journey Level $55.71 7E 1N View King Tile, Marble & Terrazzo Finishers Finisher $46.54 7E 1N View King Traffic Control Stripers Journey Level $49.13 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $64.55 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $63.71 5D 4Y 8L View King Truck Drivers Dump Truck $63.71 5D 4Y 8L View King Truck Drivers Dump Truck & Trailer $64.55 5D 4Y 8L View King Truck Drivers Other Trucks $64.55 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $64.55 5D 4Y 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71  1 View King Well Drillers & Irrigation Pump Installers Oiler $13.69  1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00  1 View Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12.If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicatedprimarily to, the public works project? If it is, the work is covered by RCW 39.12. If not,go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by thesupplier? 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 coveredby RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes,the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch BasinTypes 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2. Metal circular frames (rings) and covers, circular grates,and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans X 3. Prefabricated steel grate supports and welded grates,metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X 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 to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 2 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth inthe contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steelitems 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 forstructures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forthin the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as55 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 sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 3 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 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 permanent barrier. X 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. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wallpanel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 4 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A . X 30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 31. Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. X 32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 5 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 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 Provisions for pre-approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre-approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 6 18 18 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. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec 45. Aggregates/Concrete mixes 46. Asphalt Covered by WAC 296-127-0 Covered by WAC 296-127-0 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 7 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 X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 8 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents.  Building Service Employees  Electrical Fixture Maintenance Workers  Electricians - Motor Shop  Heating Equipment Mechanics  Industrial Engine and Machine Mechanics  Industrial Power Vacuum Cleaners  Inspection, Cleaning, Sealing of Water Systems by Remote Control  Laborers - Underground Sewer & Water  Machinists (Hydroelectric Site Work)  Modular Buildings  Playground & Park Equipment Installers  Power Equipment Operators - Underground Sewer & Water  Residential *** ALL ASSOCIATED RATES ***  Sign Makers and Installers (Non-Electrical)  Sign Makers and Installers (Electrical)  Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators"  Fabricated Precast Concrete Products  Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 9 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 10 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 11 Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 1 of 14 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at 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. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 2 of 14 Overtime Codes Continued 1. 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. 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. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval 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. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 3 of 14 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 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. M. This code appears to be missing. 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. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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. K. 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. 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. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 4 of 14 Overtime Codes Continued 4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. 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. G. All hours worked on Saturdays 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. H. 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, and all hours on Sunday 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. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 5 of 14 Overtime Codes Continued 4. J. The first eight (8) hours worked on a 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 a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. U. 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. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. 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. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. 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. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 6 of 14 Overtime Codes Continued 4. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one-half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Y. 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. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. 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. Z. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. 11. 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 ten (10) hours worked on Saturday and all hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 7 of 14 Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. 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). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). 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. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 8 of 14 Holiday Codes Continued T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 9 of 14 Holiday Codes Continued 7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 10 of 14 Holiday Codes Continued 7. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 11 of 14 Holiday Codes Continued 7. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 15. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (8). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Note Codes 8. 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. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 12 of 14 Note Codes Continued 8. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. 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 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. 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. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 13 of 14 Note Codes Continued 8. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. Benefit Code Key – Effective 3/3/2021 thru 8/31/2021 14 of 14 Note Codes Continued 9. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. Appendix B Geotechnical Soil Logs VICINITY MAP Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington 1 2016-090 T200 FIGURE NO. PROJECT NO. NORTH NOT TO SCALE BASE MAP FROM BING MAPS © 2016 MICROSOFT PROJECT ALIGNMENT SITE AND EXPLORATION PLAN Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington FIGURE NO. PROJECT NO.2A Map not to scale. From Google Maps 2018 2016-090 T200 NORTH Legend Approximate Test Pit Location and Designation (2016) Approximate PIT Location and Designation (2018) Approximate Borehole Location and Designation (2018) TP-5 TP-4 PIT-1 BH-1 BH-2 SITE AND EXPLORATION PLAN Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington FIGURE NO. PROJECT NO.2B 2016-090 T200 NORTH Map not to scale. From Google Maps 2018 Legend Approximate Test Pit Location and Designation (2016) Approximate PIT Location and Designation (2018) Approximate Borehole Location and Designation (2018) TP-3 TP-2 TP-1 BH-3 SITE AND EXPLORATION PLAN Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington 2C 2016-090 T200 FIGURE NO. PROJECT NO. NORTH Map not to scale. From Google Maps 2018 Legend Approximate Test Pit Location and Designation (2016) Approximate PIT Location and Designation (2018) Approximate Borehole Location and Designation (2018) PIT-2 PIT-3 PIT-1 WATER LEVEL DATA DUVALL AVE NE NE 10TH STREET TO SUNSET BOULEVARD RENTON, WASHINGTON 3 2016-090 T200 FIGURE NO. PROJECT NO. PIT-2 WATER LEVEL DATA DUVALL AVE NE NE 10TH STREET TO SUNSET BOULEVARD RENTON, WASHINGTON 4 2016-090 T200 FIGURE NO. PROJECT NO. PIT-3 WATER LEVEL DATA DUVALL AVE NE NE 10TH STREET TO SUNSET BOULEVARD RENTON, WASHINGTON 5 2016-090 T200 FIGURE NO. PROJECT NO. PIT-1 INFILTRATION RATE CALCULATION DUVALL AVE NE NE 10TH STREET TO SUNSET BOULEVARD RENTON, WASHINGTON 6 2016-090 T200 FIGURE NO. PROJECT NO. PIT-2 INFILTRATION RATE CALCULATION DUVALL AVE NE NE 10TH STREET TO SUNSET BOULEVARD RENTON, WASHINGTON 7 2016-090 T200 FIGURE NO. PROJECT NO. PIT-3 INFILTRATION RATE CALCULATION DUVALL AVE NE NE 10TH STREET TO SUNSET BOULEVARD RENTON, WASHINGTON 8 2016-090 T200 FIGURE NO. PROJECT NO. APPENDIX A FIELD EXPLORATION A-12016-090-21 T200 Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington SYMBOLS USED ON EXPLORATION LOGS LEGEND OF TERMS AND to 30 over 30 Approximate Undrained Shear Strength (psf) <250 250 - No. 4 Sieve Sand with Fines (appreciable amount of fines) amount of fines) More than 50% Retained on No. 200 Sieve Size Sand and Sandy Soils Clean Gravel (little or no fines) More than 50% of Coarse Fraction Retained on No. 4 Sieve Gravel with SM SC ML MH CH OH RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE Very Loose Loose Medium Dense Very Dense Dense N (blows/ft) 0 to 4 4 to 10 10 to 30 30 to 50 over 50 Approximate Relative Density(%) 0 - 15 15 - 35 35 - 65 65 - 85 85 - 100 COHESIVE SOILS Consistency Very Soft Soft Medium Stiff Stiff Very Stiff Hard N (blows/ft) 0 to 2 2 to 4 4 to 8 8 to 15 15 Clean Sand (little or no fines) 50% or More of Coarse Fraction Passing Fine Grained Soils Silt and Clay Liquid Limit Less than 50% 50% or More Passing No. 200 Sieve Size Silt and Clay Liquid Limit 50% or More 500 500 - 1000 1000 - 2000 2000 - 4000 >4000 DensityDensity USCS SOIL CLASSIFICATION SYSTEM Coarse Grained Soils Gravel and Gravelly Soils Highly Organic Soils GROUP DESCRIPTIONS Well-graded GRAVEL Poorly-graded GRAVEL Silty GRAVEL Clayey GRAVEL Well-graded SAND Poorly-graded SAND Silty SAND Clayey SAND SILT Lean CLAY Organic SILT/Organic CLAY Elastic SILT Fat CLAY Organic SILT/Organic CLAY PEAT MAJOR DIVISIONS GW SP CL OL PT GP GM GC SW COHESIONLESS SOILS Fines (appreciable LEGEND 2016-090-21.GPJ 10/4/16 PROJECT NO.:FIGURE: Coarse sand Medium sand SIZE RANGE Larger than 12 in Smaller than No. 200 (0.074mm) Gravel time of drilling) Groundwater Level (measured in well or AL CBR CN Atterberg Limits:LL = Liquid Limit California Bearing Ratio Consolidation Resilient Modulus Photoionization Device Reading Pocket Penetrometer Specific Gravity Triaxial Compression Torvane 3 in to 12 in 3 in to No 4 (4.5mm) No. 4 (4.5 mm) to No. 200 (0.074 mm) COMPONENT DRY Absence of moisture, dusty, dry to the touch. MOIST Damp but no visible water. WET Visible free water, usually soil is below water table. Boulders Cobbles Coarse gravel Fine gravel Sand MOISTURE CONTENT COMPONENT PROPORTIONS Fine sand Silt and Clay 5 - 12% PROPORTION RANGE DESCRIPTIVE TERMS Clean Slightly (Clayey, Silty, Sandy) 30 - 50% Components are arranged in order of increasing quantities. Very (Clayey, Silty, Sandy, Gravelly) 12 - 30%Clayey, Silty, Sandy, Gravelly open hole after water level stabilized) Groundwater Level (measured at 3 in to 3/4 in 3/4 in to No 4 (4.5mm) No. 4 (4.5 mm) to No. 10 (2.0 mm) No. 10 (2.0 mm) to No. 40 (0.42 mm) No. 40 (0.42 mm) to No. 200 (0.074 mm) PL = Plastic Limit DD DS GS K MD MR PID PP SG TC TV Dry Density (pcf) Direct Shear Grain Size Distribution Permeability Approx. Shear Strength (tsf) Percent Fines%F Moisture/Density Relationship (Proctor) Approx. Compressive Strength (tsf) Unconfined CompressionUC (140 lb. hammer with 30 in. drop) Shelby Tube Small Bag Sample Large Bag (Bulk) Sample Core Run Non-standard Penetration Test 2.0" OD Split Spoon (SPT) NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation. Density/consistency, color, modifier (if any) GROUP NAME, additions to group name (if any), moisture content. Proportion, gradation, and angularity of constituents, additional comments. (GEOLOGIC INTERPRETATION) Please refer to the discussion in the report text as well as the exploration logs for a more complete description of subsurface conditions. Soil descriptions are presented in the following general order: < 5% 3-1/4" OD Split Spoon with Brass Rings (3.0" OD split spoon) TEST SYMBOLS SAMPLE TYPE SYMBOLS GROUNDWATER SYMBOLS COMPONENT DEFINITIONS Loose, dark yellowish brown, silty, fine to medium grainedSAND with rootlets, moist.(TOPSOIL) Medium dense, mottled light brown and gray, silty, GRAVEL with fine grained sand and lenses of clay, moist.(WEATHERED TILL) Very dense, olive gray, silty, fine to medium grained SAND with subrounded gravel, moist.(GLACIAL TILL) Test pit was terminated at 7 feet below ground surface. Noground water was observed during the exploration. SM GM SM S-1 S-2 GS GS 12 25 TEST PIT PHOTO and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSYMBOL LOCATION: See Figure 2B DATE COMPLETED: 8/17/16 LOGGED BY: S. Pemble PAGE: 1 of 1 TP-1 LOG OF TEST PIT EXCAVATION COMPANY: Harding and Sons Inc. EXCAVATING EQUIPMENT: Case 55 Excavator PROJECT NO.:MOISTURECONTENT(%)NE 10th Street to Sunset BoulevardSAMPLE NUMBERSAMPLE TYPEOTHER TESTSFIGURE:USCS SOIL CLASS.2016-090-21 T200 PICTURE 2016-090-21.GPJ 10/4/16 Duvall Avenue NE Renton, Washington A-2DEPTH (feet)0 3 6 9 Loose, olive brown, silty, fine grained SAND with scatteredfine gravel and rootlets, moist.(TOPSOIL) Soft, dark brown to black, fine sandy, organic rich SILT with decomposing wood fragments, moist. (ALLUVIUM) Medium dense to dense, olive gray with mottled brown,medium grained SAND with laminations of silt andscattered gravel, moist. (WEATHERED TILL) Dense, olive gray, silty, fine to medium grained SAND with subrounded gravel, moist.(GLACIAL TILL) Test pit was terminated at 7.6 feet below ground surface.No ground water seepage was observed during the exploration. SM OL SM SM S-1 S-2 GS GS 14 19 TEST PIT PHOTO and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSYMBOL LOCATION: See Figure 2B DATE COMPLETED: 8/17/16 LOGGED BY: S. Pemble PAGE: 1 of 1 TP-2 LOG OF TEST PIT EXCAVATION COMPANY: Harding and Sons Inc. EXCAVATING EQUIPMENT: Case 55 Excavator PROJECT NO.:MOISTURECONTENT(%)NE 10th Street to Sunset BoulevardSAMPLE NUMBERSAMPLE TYPEOTHER TESTSFIGURE:USCS SOIL CLASS.PICTURE 2016-090-21.GPJ 10/4/16 Duvall Avenue NE Renton, Washington A-3DEPTH (feet)0 3 6 9 2016-090-21 T200 Loose, light brown, slightly silty, fine grained SAND withscattered subrounded gravel, moist.(TOPSOIL) Very dense, olive brown, silty, fine to medium grainedSAND with scattered subrounded gravel, moist. Becomesolive gray at 3.4 feet below ground surface. (GLACIAL TILL) Test Pit was terminated at 5 feet below ground surfacedue to digging limits of excavator. No ground water seepage was observed during the exploration. SM SM S-1 S-3 GS GS 15 9 TEST PIT PHOTO and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSYMBOL LOCATION: See Figure 2B DATE COMPLETED: 8/17/16 LOGGED BY: S. Pemble PAGE: 1 of 1 TP-3 LOG OF TEST PIT EXCAVATION COMPANY: Harding and Sons Inc. EXCAVATING EQUIPMENT: Case 55 Excavator PROJECT NO.:MOISTURECONTENT(%)NE 10th Street to Sunset BoulevardSAMPLE NUMBERSAMPLE TYPEOTHER TESTSFIGURE:USCS SOIL CLASS.PICTURE 2016-090-21.GPJ 10/4/16 Duvall Avenue NE Renton, Washington A-4DEPTH (feet)0 3 6 9 2016-090-21 T200 Very dense, olive brown, slightly silty, fine to mediumgrained SAND with subrounded gravel and cobbles.Becomes olive gray at 2 feet below ground surface. (GLACIAL TILL) Test pit was terminated at 5.5 feet below ground surface.No ground water seepage was observed during the exploration. SM S-1 GS6 TEST PIT PHOTO and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSYMBOL LOCATION: See Figure 2A DATE COMPLETED: 8/17/16 LOGGED BY: S. Pemble PAGE: 1 of 1 TP-4 LOG OF TEST PIT EXCAVATION COMPANY: Harding and Sons Inc. EXCAVATING EQUIPMENT: Case 55 Excavator PROJECT NO.:MOISTURECONTENT(%)NE 10th Street to Sunset BoulevardSAMPLE NUMBERSAMPLE TYPEOTHER TESTSFIGURE:USCS SOIL CLASS.PICTURE 2016-090-21.GPJ 10/4/16 Duvall Avenue NE Renton, Washington A-5DEPTH (feet)0 3 6 9 2016-090-21 T200 Loose to medium dense, light brown, medium grained,clean SAND with scattered subrounded gravel, moist.Mottled clots of silty fine sand and asphalt fragments throughout. Increasing gravel and cobbles between 2-4 feet below ground surface.(FILL) Dense, olive brown, silty, fine grained SAND withscattered subrounded gravel, moist.(GLACIAL TILL) Test pit was terminated at 6.25 feet below ground surface.No ground water seepage was observed during the exploration. SPSM SM S-1 S-2 GS GS 9 18 TEST PIT PHOTO and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTIONSYMBOL LOCATION: See Figure 2A DATE COMPLETED: 8/17/16 LOGGED BY: S. Pemble PAGE: 1 of 1 TP-5 LOG OF TEST PIT EXCAVATION COMPANY: Harding and Sons Inc. EXCAVATING EQUIPMENT: Case 55 Excavator PROJECT NO.:MOISTURECONTENT(%)NE 10th Street to Sunset BoulevardSAMPLE NUMBERSAMPLE TYPEOTHER TESTSFIGURE:USCS SOIL CLASS.PICTURE 2016-090-21.GPJ 10/4/16 Duvall Avenue NE Renton, Washington A-6DEPTH (feet)0 3 6 9 2016-090-21 T200 S-1 S-2 GS GS SM SM SM SM 26 26 8-inches Hot Mix Asphalt. (HMA) 6-inches Crushed Surfacing Base Course.Dense, gray, sandy, crushed GRAVEL, moist.(CSBC) Dense, olive brown, silty, fine to medium SAND, moist.(VASHON GLACIAL OUTWASH) Medium dense, brown, silty, fine to mediumSAND, moist. Medium dense to dense, brown, silty, SAND, moist. Medium dense, olive brown, silty, SAND, moist. Test pit was terminated at 6 feet below groundsurface. Saturation from infiltration testing wasobserved between 1-2 feet below ground surface. Mottling from weathering and groundwater seepage was observed between 1-3 feet below ground surface. NE 10th Street to Sunset Boulevard SMART TP 2016-090 T2.GPJ 2/7/19 Duvall Avenue NE Renton, WA PAGE: 1 of 1 PIT-1 LOG OF TEST PIT and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated A-7 EXCAVATION COMPANY: Harding & Sons Excavating EXCAVATING EQUIPMENT: Case CX 80 SAMPLE NUMBERLOCATION: See Figure 2A DATE COMPLETED: 12/19/18 LOGGED BY: S. Pemble SYMBOLOTHER TESTSUSCS SOIL CLASSMOISTUE CONTENT (%)SAMPLE TYPEDESCRIPTION TEST PIT PHOTO WestDEPTH (feet)0 1 2 3 4 5 6 7 8 PROJECT NO.:2016-090-21 T200 FIGURE: S-1 S-2 GS GS SM SM 13 11 8.75-inches Hot Mix Asphalt. (HMA) 3.25-inches Crushed Surfacing Top Course. Very dense, gray, sandy, crushed GRAVEL,moist. (CSTC) Very dense, olive brown and olive gray, mottled, silty, gravelly, fine to medium SAND,moist. (WEATHERED GLACIAL TILL)Scattered sandstone boulders. Very dense, gray, silty, gravelly, fine to medium SAND, moist.(GLACIAL TILL) Test pit was terminated at 6 feet below groundsurface. Saturation from infiltration testing wasobserved between 1-2 feet below ground surface. Mottled soil from weathering wasobserved between 1-4 feet below ground surface. NE 10th Street to Sunset Boulevard SMART TP 2016-090 T2.GPJ 2/7/19 Duvall Avenue NE Renton, WA PAGE: 1 of 1 PIT-2 LOG OF TEST PIT and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated A-8 EXCAVATION COMPANY: Harding & Sons Excavating EXCAVATING EQUIPMENT: Case CX 80 SAMPLE NUMBERLOCATION: See Figure 2C DATE COMPLETED: 12/19/18 LOGGED BY: S. Pemble SYMBOLOTHER TESTSUSCS SOIL CLASSMOISTUE CONTENT (%)SAMPLE TYPEDESCRIPTION TEST PIT PHOTO WestDEPTH (feet)0 1 2 3 4 5 6 7 8 PROJECT NO.:2016-090-21 T200 FIGURE: S-1 S-2 GS GS SM SM SM 11 12 9-inches Hot Mix Asphalt. (HMA) 4-inches Crushed Surfacing Top Course. Very dense, gray, sandy, crushed GRAVEL,moist.(CSBC) Dense, brown, silty, gravelly, SAND with organics, moist.(TOPSOIL) Very dense, gray and mottled brown, silty,gravelly, fine to medium SAND, moist. (WEATHERED GLACIAL TILL) Very dense, olive gray, silty, gravelly, fine tomedium SAND, moist.(GLACIAL TILL) Test pit was terminated at 5.6 feet belowground surface. Saturation from infiltration testing was observed between 2.1-2.6 feetbelow ground surface. Mottling from weatheringwas observed between 1.8-2.7 feet below ground surface. NE 10th Street to Sunset Boulevard SMART TP 2016-090 T2.GPJ 2/7/19 Duvall Avenue NE Renton, WA PAGE: 1 of 1 PIT-3 LOG OF TEST PIT and therefore may not necessarily be indicative of other times and/or locations. NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated A-9 EXCAVATION COMPANY: Harding & Sons Excavating EXCAVATING EQUIPMENT: Case CX 80 SAMPLE NUMBERLOCATION: See Figure 2C DATE COMPLETED: 12/19/18 LOGGED BY: S. Pemble SYMBOLOTHER TESTSUSCS SOIL CLASSMOISTUE CONTENT (%)SAMPLE TYPEDESCRIPTION TEST PIT PHOTO WestDEPTH (feet)0 1 2 3 4 5 6 7 8 PROJECT NO.:2016-090-21 T200 FIGURE: GS GS GS GS S-1 S-2 S-3 S-4 S-5 S-6 S-7 2-inches Hot Mix Asphalt. (HMA) Light brown, silty, fine SAND, moist. (FILL) Medium dense, light brown, laminated, silty, fine SAND, moist. (VASHON GLACIAL OUTWASH) Medium dense, light brown, laminated SILT and silty fine SAND, moist. Medium dense, light brown, silty, fine to medium SAND with scattered gravel, moist. Medium dense to dense, light brown, silty, fine to medium SAND with interlayered clean fine to medium SAND and scattered gravel, moist. Drove rock, blow count is overstated. Medium dense, light brown, silty, laminated, fine SAND, wet. Medium dense, brownish gray, sandy, laminated SILT, wet. Thin layer of charcoal at 21 feet below ground surface. Medium dense, olive brown, laminated sandy SILT and silty SAND, moist to wet. Borehole was terminated at 26.5 feet below ground surface. Ground water was observed at 15 feet below ground surface at the time of drilling. 5-4-6 5-7-9 9-11-15 50/6" 7-11-14 11-11-15 8-11-15 SM SM ML SM SM SM ML SM BORING-DSM 2016-090 T2.GPJ 2/7/19 Renton, WA NE 10th Street to Sunset Boulevard Duvall Avenue NEDEPTH(feet)0 5 10 15 20 25 30 ELEVATION(feet)BH-1 PAGE: 1 of 1(blows/6 inches)GROUNDWATERPEN. RESISTANCELiquid LimitSYMBOL0 10 20 30 40 50 0 20 40 60 80 100SAMPLE TYPESAMPLE NUMBERNatural Water ContentUSCS SOIL CLASSWater Content (%) NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTION OTHER TESTSPlastic Limit BORING: and therefore may not necessarily be indicative of other times and/or locations. (140 lb. weight, 30" drop) Blows per foot A-10 Standard Penetration Test DATE COMPLETED: 12/10/2018 DATE STARTED: 12/10/2018DRILLING COMPANY: Geologic Drill, Inc. DRILLING METHOD: 2.25" ID Hollow Stem Auger SAMPLING METHOD: SPT w/Rope & Cathead LOCATION: See Figure 2B LOGGED BY: S. Pemble >> PROJECT NO.:2016-090-21 T200 FIGURE: GS GS GS S-1 S-2 S-3 S-4 S-5 S-6 6-inches Hot Mix Asphalt. (HMA) 4-inches Crushed Surfacing Base Course. Dense, gray, sandy, crushed GRAVEL, moist. (CSBC) Olive brown, silty, gravelly, SAND, moist. (WEATHERED GLACIAL TILL) Dense, olive brown, silty, gravelly, SAND, moist. Dense, olive gray, silty, gravelly, fine to medium SAND, moist. Very dense, olive gray, silty, gravelly, fine to medium SAND, moist. (GLACIAL TILL) Very dense, olive brown, silty, gravelly, fine to medium SAND, moist. Very dense, olive gray, silty, gravelly, fine to medium SAND, moist. Very dense, olive gray, silty, gravelly, fine to medium SAND, moist. Borehole was terminated at 18.5 feet below ground surface due to refusal. No ground water seepage was observed during the exploration. 7-13-19 9-15-23 18-50/6" 34-50/4" 50/6" 50/6" SM SM SM SM SM SM BORING-DSM 2016-090 T2.GPJ 2/7/19 Renton, WA NE 10th Street to Sunset Boulevard Duvall Avenue NEDEPTH(feet)0 5 10 15 20 25 30 ELEVATION(feet)BH-2 PAGE: 1 of 1(blows/6 inches)GROUNDWATERPEN. RESISTANCELiquid LimitSYMBOL0 10 20 30 40 50 0 20 40 60 80 100SAMPLE TYPESAMPLE NUMBERNatural Water ContentUSCS SOIL CLASSWater Content (%) NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTION OTHER TESTSPlastic Limit BORING: and therefore may not necessarily be indicative of other times and/or locations. (140 lb. weight, 30" drop) Blows per foot A-11 Standard Penetration Test DATE COMPLETED: 12/10/2018 DATE STARTED: 12/10/2018DRILLING COMPANY: Geologic Drill, Inc. DRILLING METHOD: 2.25" ID Hollow Stem Auger SAMPLING METHOD: SPT w/Rope & Cathead LOCATION: See Figure 2A LOGGED BY: S. Pemble >> >> >> >> PROJECT NO.:2016-090-21 T200 FIGURE: GS GS GS S-1 S-2 S-3 S-4 S-5 S-6 4-inches Hot Mix Asphalt. (HMA) 4-inches Crushed Surfacing Base Course. Dense, gray, sandy, crushed GRAVEL, moist. (CSBC) Olive gray, sandy, GRAVEL, moist. (GRAVEL BORROW FILL) Very dense, olive gray, silty, gravelly, fine to medium SAND, moist. (WEATHERED GLACIAL TILL) Very dense, olive brown, silty, gravelly, fine to medium SAND, moist. (GLACIAL TILL) Very dense, olive brown, silty, gravelly, fine to medium SAND, moist. Very dense, olive brown, silty, gravelly, fine to medium SAND, moist. Very dense, olive brown, silty, gravelly, fine to medium SAND, moist. Very dense, olive gray, silty, gravelly, fine to medium SAND, moist. Borehole was terminated at 20.5 feet below ground surface. Perched ground water was observed above Vashon Glacial Till contact and was measured at 1.5 feet below ground surface at completion of the boring. 11-23-24 10-50/6" 12-21-40 27-50/6" 39-50/6" 50/6" GW SM SM SM BORING-DSM 2016-090 T2.GPJ 2/7/19 Renton, WA NE 10th Street to Sunset Boulevard Duvall Avenue NEDEPTH(feet)0 5 10 15 20 25 30 ELEVATION(feet)BH-3 PAGE: 1 of 1(blows/6 inches)GROUNDWATERPEN. RESISTANCELiquid LimitSYMBOL0 10 20 30 40 50 0 20 40 60 80 100SAMPLE TYPESAMPLE NUMBERNatural Water ContentUSCS SOIL CLASSWater Content (%) NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated DESCRIPTION OTHER TESTSPlastic Limit BORING: and therefore may not necessarily be indicative of other times and/or locations. (140 lb. weight, 30" drop) Blows per foot A-12 Standard Penetration Test DATE COMPLETED: 12/10/2018 DATE STARTED: 12/10/2018DRILLING COMPANY: Geologic Drill, Inc. DRILLING METHOD: 2.25" ID Hollow Stem Auger SAMPLING METHOD: SPT w/Rope & Cathead LOCATION: See Figure 2A LOGGED BY: S. Pemble >> >> >> >> >> PROJECT NO.:2016-090-21 T200 FIGURE: APPENDIX B LABORATORY TEST RESULTS 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 TP-1 TP-1 TP-2 SILT 3/4" GRAVEL % MC LL PL PI 90 10 0.05 5/8" 70 #100 0.5 50 Medium Fine 3/8" 5 Coarse #60#40 PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D422 17.2 22.3 27.0 #20 Fine Coarse DEPTH (ft)SYMBOL Gravel% 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 5.2 50.0 9.8 Sand%Fines% 12 25 14 GRAIN SIZE IN MILLIMETERS 50 SAMPLE (SM) Dark yellowish brown, silty SAND (GM) Olive brown, silty GRAVEL with sand (SM) Brown, silty SAND S-1 S-2 S-1 0.0 - 2.4 2.4 - 4.4 0.0 - 2.8 #10 77.6 27.7 63.3 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-1 0.00050.005 CLAY HWAGRSZ 2016-090-21.GPJ 9/21/16 FIGURE: Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington PROJECT NO.: 2016-090-21 T200 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 TP-2 TP-3 TP-3 SILT 3/4" GRAVEL % MC LL PL PI 90 10 0.05 5/8" 70 #100 0.5 50 Medium Fine 3/8" 5 Coarse #60#40 PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D422 31.7 31.7 24.5 #20 Fine Coarse DEPTH (ft)SYMBOL Gravel% 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 3.0 11.3 36.8 Sand%Fines% 19 15 9 GRAIN SIZE IN MILLIMETERS 50 SAMPLE (SM) Dark grayish brown, silty SAND (SM) Brown, silty SAND (SM) Olive brown, silty SAND with gravel S-2 S-1 S-3 3.8 - 5.7 0.0 - 2.0 2.0 - 5.0 #10 65.3 57.1 38.7 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-2 0.00050.005 CLAY HWAGRSZ 2016-090-21.GPJ 9/21/16 FIGURE: Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington PROJECT NO.: 2016-090-21 T200 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 TP-4 TP-5 TP-5 SILT 3/4" GRAVEL % MC LL PL PI 90 10 0.05 5/8" 70 #100 0.5 50 Medium Fine 3/8" 5 Coarse #60#40 PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D422 38.3 31.0 55.9 #20 Fine Coarse DEPTH (ft)SYMBOL Gravel% 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 7.9 29.1 4.5 Sand%Fines% 6 9 18 GRAIN SIZE IN MILLIMETERS 50 SAMPLE (SM) Gray, silty SAND (SM) Light olive brown, silty SAND with gravel (ML) Light olive brown, sandy SILT S-1 S-1 S-2 0.0 - 5.5 0.0 - 4.0 4.0 - 6.3 #10 53.8 39.9 39.5 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-3 0.00050.005 CLAY HWAGRSZ 2016-090-21.GPJ 9/21/16 FIGURE: Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington PROJECT NO.: 2016-090-21 T200 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 GRAIN SIZE IN MILLIMETERS 50 SAMPLE S-2 S-3 S-5 5.0 - 6.5 7.5 - 9.0 15.0 - 16.5 #10 26.3 65.4 70.3 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-4 Coarse #60#40#20 Fine Coarse SYMBOL Gravel% 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 1.1 1.2 0.1 Sand% (ML) Light olive-brown, SILT with sand (SM) Brownish-gray, silty SAND (SM) Grayish-brown, silty SAND Fines% 0.00050.005 CLAY BH-1 BH-1 BH-1 SILT 3/4" GRAVEL 0.05 5/8" 70 #100 0.5 24 16 24 50 Medium Fine 3/8" 5 PI 90 10 % MC LL PLDEPTH ( ft.) PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D6913 72.6 33.4 29.5 HWAGRSZ 2016-090 T2.GPJ 01/10/19 FIGURE: Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington PROJECT NO.: 2016-090-21 T200 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 GRAIN SIZE IN MILLIMETERS 50 SAMPLE S-6 S-2 S-3 20.0 - 21.5 5.0 - 6.5 7.5 - 8.5 #10 47.5 61.7 57.4 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-5 Coarse #60#40#20 Fine Coarse SYMBOL Gravel% 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 5.8 15.3 Sand% (ML) Brownish-gray, sandy SILT (SM) Grayish-brown, silty SAND (SM) Light olive-brown, silty SAND with gravel Fines% 0.00050.005 CLAY BH-1 BH-2 BH-2 SILT 3/4" GRAVEL 0.05 5/8" 70 #100 0.5 27 12 10 50 Medium Fine 3/8" 5 PI 90 10 % MC LL PLDEPTH ( ft.) PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D6913 52.5 32.5 27.3 HWAGRSZ 2016-090 T2.GPJ 01/10/19 FIGURE: Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington PROJECT NO.: 2016-090-21 T200 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 GRAIN SIZE IN MILLIMETERS 50 SAMPLE S-4 S-1 S-3 10.0 - 10.8 2.5 - 4.0 7.5 - 9.0 #10 46.1 52.0 52.8 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-6 Coarse #60#40#20 Fine Coarse SYMBOL Gravel% 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 19.2 10.6 5.8 Sand% (SM) Light olive-brown, silty SAND with gravel (SM) Light olive-brown, silty SAND (SM) Olive-brown, silty SAND Fines% 0.00050.005 CLAY BH-2 BH-3 BH-3 SILT 3/4" GRAVEL 0.05 5/8" 70 #100 0.5 8 10 10 50 Medium Fine 3/8" 5 PI 90 10 % MC LL PLDEPTH ( ft.) PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D6913 34.7 37.4 41.4 HWAGRSZ 2016-090 T2.GPJ 01/10/19 FIGURE: Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington PROJECT NO.: 2016-090-21 T200 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 GRAIN SIZE IN MILLIMETERS 50 SAMPLE S-5 S-1 S-2 15.0 - 16.0 2.0 - 2.4 2.5 - 3.0 #10 52.3 40.2 50.7 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-7 Coarse #60#40#20 Fine Coarse SYMBOL Gravel% 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 8.1 11.1 10.7 Sand% (SM) Olive-brown, silty SAND (SM) Olive-brown, silty SAND (SM) Olive-brown, silty SAND Fines% 0.00050.005 CLAY BH-3 PIT-1 PIT-1 SILT 3/4" GRAVEL 0.05 5/8" 70 #100 0.5 9 26 26 50 Medium Fine 3/8" 5 PI 90 10 % MC LL PLDEPTH ( ft.) PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D6913 39.6 48.7 38.6 HWAGRSZ 2016-090 T2.GPJ 01/10/19 FIGURE: Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington PROJECT NO.: 2016-090-21 T200 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 GRAIN SIZE IN MILLIMETERS 50 SAMPLE S-1 S-2 S-1 1.9 - 2.4 2.5 - 3.2 2.2 - 3.2 #10 41.5 50.8 49.6 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-8 Coarse #60#40#20 Fine Coarse SYMBOL Gravel% 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 25.6 12.9 14.6 Sand% (SM) Olive-brown, silty SAND with gravel (SM) Olive-brown, silty SAND (SM) Olive-brown, silty SAND Fines% 0.00050.005 CLAY PIT-2 PIT-2 PIT-3 SILT 3/4" GRAVEL 0.05 5/8" 70 #100 0.5 13 11 11 50 Medium Fine 3/8" 5 PI 90 10 % MC LL PLDEPTH ( ft.) PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D6913 24.9 36.3 35.8 HWAGRSZ 2016-090 T2.GPJ 01/10/19 FIGURE: Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington PROJECT NO.: 2016-090-21 T200 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110 GRAIN SIZE IN MILLIMETERS 50 SAMPLE S-2 3.3 - 4.1 #10 45.5 30 CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name U.S. STANDARD SIEVE SIZES SAND B-9 Coarse #60#40#20 Fine Coarse SYMBOL Gravel% 3"1-1/2"PERCENT FINER BY WEIGHT#4 #200 20.7 Sand% (SM) Olive-brown, silty SAND with gravel Fines% 0.00050.005 CLAY PIT-3 SILT 3/4" GRAVEL 0.05 5/8" 70 #100 0.5 12 50 Medium Fine 3/8" 5 PI 90 10 % MC LL PLDEPTH ( ft.) PARTICLE-SIZE ANALYSIS OF SOILS METHOD ASTM D6913 33.8 PROJECT NO.: 2016-090-21 T200 HWAGRSZ 2016-090 T2.GPJ 01/10/19 FIGURE: Duvall Avenue NE NE 10th Street to Sunset Boulevard Renton, Washington Appendix C Permits December 9, 2020 Flora Lee City of Renton 1055 S Grady Way Fl 5 Renton, WA 98057-3232 RE: Coverage under the Construction Stormwater General Permit Permit number: WAR309680 Site Name: Duvall Ave NE Location: Duval Ave NE from Sunset BLVD to NE 7th PL Renton County: King Disturbed Acres: 0.7 Dear Flora Lee: The Washington State Department of Ecology (Ecology) received your Notice of Intent for coverage under Ecology’s Construction Stormwater General Permit (CSWGP). This is your permit coverage letter. Your permit coverage is effective December 9, 2020. Please retain this permit coverage letter as the official record of permit coverage for your site. Ecology has approved use of electronic formats as long as they are easily produced on your construction site. A mobile friendly copy of the CSWGP permit, permit forms, and information related to your permit can be viewed and downloaded at www.ecology.wa.gov/eCoverage-packet. Please contact your Permit Administrator, listed below, if you would like to receive a hard copy of the CSWGP. Please take time to read the entire permit and contact Ecology if you have any questions. Electronic Discharge Monitoring Reports (WQWebDMR) This permit requires that Permittees submit monthly discharge monitoring reports (DMRs) for the full duration of permit coverage (from issuance date to termination). DMRs must be submitted electronically using Ecology’s secure online system, WQWebDMR. To sign up for WQWebDMR go to www.ecology.wa.gov/webportalhelp. If you have questions, contact the portal staff at (360) 407-7097 (Olympia area), or (800) 633-6193/option 3, or email WQWebPortal@ecy.wa.gov. Flora Lee December 9, 2020 Page 2 Appeal Process You have a right to appeal coverage under the general permit to the Pollution Control Hearing Board (PCHB). Appeals must be filed within 30 days of the date of receipt of this letter. Any appeal is limited to the general permit’s applicability or non-applicability to a specific discharger. The appeal process is governed by chapter 43.21B RCW and chapter 371-08 WAC. “Date of receipt” is defined in RCW 43.21B.001(2). For more information regarding your right to appeal, go to https://fortress.wa.gov/ecy/publications/SummaryPages/1710007.html to view Ecology’s Focus Sheet: Appeal of General Permit Coverage. Ecology Field Inspector Assistance If you have questions regarding stormwater management at your construction site, please contact Maria Zeman of Ecology's Northwest Regional Office in Bellevue at Maria.Zeman@ecy.wa.gov, or at 425-649-7100. Questions or Additional Information Ecology is committed to providing assistance. Please review our web page at www.ecology.wa.gov/constructionstormwaterpermit. If you have questions about the Construction Stormwater General Permit, please contact your Permit Administrator, Kendra Henderson at Kendra.Henderson@ecy.wa.gov, or (360) 407-6556 Sincerely, Jeff Killelea, Acting Section Manager Program Development Services Section Water Quality Program Appendix D Renton Standard Details and WSDOT Standard Plans FACE OF CURB 6 112' ' 1/2" R. 1" R. 1:24 t TOP OF 112" R. ROADWAY I V ED T CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF ADJACENT CURB 6 1f2"-- FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE 1:12 1:24 TOP OF 112" R. ROADWAY 1 DEPRESSED CURB SECTION AT SIDEWALK RAMPS w ' PREMOLDED JOINT FILLER E FULL -DEPTH EXPANSION JOINT 6" CEMENT CONCRETE 112" R. 1"R. SIDEWALK RAMP VARIES OR LANDING FROM ! 6"TOO S s" T 318" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS 6 112" ' FACE OF ADJACENT CURB SEE DEPRESSED CURB DETAIL THIS SHEET 114 TOP OF 1/2" R. ROADWAY 2" i T DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1P2' R. FACE OF ADJACENT CURB I GUTTER SURFACE u 6 112" 1" 1' R. FACE OF CURB 1" R. 8 114" 1" R. CEMENT CONCRETE i TRAFFIC CURB DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Expansion joint shall be full depth, 3/8" (in.) premolded joint filler. 3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2 TOP OF ROADWAY STD. PLAN — 101 a PUBLIC WORKS CEMENT CONCRETE CURBSDEPARTMENT s RAISED EDGE DETAIL 1 a sI DEWALK LEVEL 1r2' F•J7 O $IOEWAL3(TRANSVERSE 1'-0" 1' - 0" 11r R J01NTS TO INCLUDE RASED EDGE 318• (IN) PREMOLDED JOINT FILLER TYPICAL WHERE APPLICABLEONRDUtDING2.0%1 tr2" (IN) R. (TYP.] FOR CURB pETA[LS r , SEE STD PLAN 101 er ' y r. STING ROADWAY CRUSHED ROCK BrLS SEE RAISED EDGE I SIDEWALK DETAIL - THIS SHE LTYPICALUNDER CRUSHEOSURFACING TOP COURSE (CSTC) ALL CUT SIDEWALK OMPACT TO 957, MODIFILU PROCTOR MIN. O SLOPESWITH RAISED EDGE UNLESS REOUTREMENT WAIVED BY ENGINEER) TYPICAL. UNDER ALL CURB, V2" (tN) R. (TYP.) GUTTER S SIDEWALK, CSTC UNDER 2' ' v FOR CURB DETAILS CURB S GUTTER TO BE S THICKNESS CR LS% SEE STD PLAN 101 MATCH EXISTING ROADWAY CRUSHED ROCK dH " ,• i!' BASE, WHICHEVER IS GREATER (1YP. FOR ALL CURB b GUTTER). FINISHED GRADE 1"(IN)BELOW 1fn2' 0• SIDEWALK TOPOF CONCRETE SURFACE ADJACENT TO CURB MIN 1, m 1 0• ROU DING R. (TYR) FOR CURB DETAILS 1, 5% SEE STD PLAN 101 o a t s Fr• • BRIDGEORPEDESTRIANRAILING ADJACENT TO CURB FORCURBCURSDETAILSWRIER - SEE SIDEWALK SEE $TD PLAN 101. STEEP FILL SLOPES) CONTRACT PLANS WALL OR BARRIER I 772' (IN) R. (TYP.) J I SIDEWALK FLUSH' 1.5% t 1rz• M R. VERTICAL WALL - -- ' -. . - -- \Vr ti..f . •. SEE DETAIL 318• ( IN) PREMOLDED JOINT FILLER ADJACENT TO CURB AND RAILING OR WALL a (IN) PREMOLDED JOINT FILLER FOR SIDE BUFFER STR1P TREATMENTSIDEWALKSIDEWALK ADJACENT TO WALL DETAIL SEE HER (SEE NOTE 10) SIDEWALK/ 12• (IN) R. SECTIONS1 ( TYP ) FOR v1.5% SEE STD PLAN 10.S 1. SX MIN. SEE STD PLAN 101 r 4`\\ f GROOMED FINISH OR MATCH E)(iST1NG e 4' M/IDE, SMOOTH Go TROWELED PERIMETER FINISHED GRADE t• (IN) BELOW TOP OF CONCRETE SURFACE FOR PLANTING -FLUSH IF PAVED T CONCRETE CEMENTCONCRETECURB CURBADJACENT TO BUFFER STRIP 0 CURB FOR CURB DETAILS D• SEE STD PLAN 101 r 5, z 1r8'TD 114' NOTES 1. Four feet of the sidewalk width shall be the minimum pedestrian CONTRACTION JOINT • . Al yam. aocessibTe route (aut) free of vertical IN RAG .' andhorizontalobstructions. Gratings, FULL - DEPTH EXPANSION JO NT IN BOTH h1' AccessCovers, Junction Boxes, CURB AND SIDEWALK (SEE STD PLAN mi.1) CableVaults, Pull Boxes and other appurtenances within the sidewalk ` s'F 3W C CONTRACTION JOINT mustbeflushwithsurface, and match grade of the sidewalk. JOINT AND FINISH DETAIL 2. Monolithic Cement Concrete Curb and + Sidewalk is not permitted in new For other referenced NOTES see , construction. When replacement work STD PLAN 104.2, R •• necessitates a Monolithic Cement PREMOLAE ConcreteCurbbuildperWSDOTJOINTFILLERStandardPlanF-30.10-03. Paved surfaces must comply With STD PLAN 102.1 as applicable. E FULL -DEPTH 3. Concrete to 6e 4,000 PSI. EXPANSION JOINT fthk SM PLAN - 109 PUBLICWORKSCEMENTCONCRETEPPRQ •ED: DEPARTMENTSIDEWALKTljZ_It]ra#'YA 104/ +7 FOIfEV r'IgU{F64C6WALR iIh'ifr F'YN vYFE55EEntaren WWROWIRCIFFIAW wFNt11E4 oMCYMY K4YPE0 v1!F et0 FUN lapVa" FOFfYfUt SEE M9iE f I CWKTIIYGIEM-0MI rW.IWINfMry F(E M(IIEI - RYENIfAOIfE TOFFItVFI S IFFEF Np1F i ascaxfNaEacNaorrtrtvF.; flf1EEnpFUNnp PIAN Mw N!s N 1 EM1O 1 `a]f Nfl lE[Na1E{;1'rY,. 11 / Y E F'Mw CYI YYIItIlax 1ElE 6'lil RMSYDCUN{WTFII YMf`, aFEYMNFFXr AMI(M1V.) IQ.Icff4 9ECTIONOryFESN F4N loa VIIIIM1EJ _fIWYY{IM]M_ _ M M'11YW RMFSbET WF YtJYfvELtA[MlEal _ Ih n CWVEYNY r-ai I OOPn'Ef1YY YY gtgrh . N __— CLr wCtYOltEcwFEwmfl s N]fEJI YES.. SLD PIAN IN } STD. PLAN - 104.1 PUBLIC WORKS CEMENT CONCRETE DRIVEWAY,.4DEPARTMENTENTRANCE - TYPE R1 Gregg Zimmerman. PUM¢ W orlu Administrator BID ITEM(INCLUDES SIDEWALK RAMPS) 8'MIN. VARIES(SEE NOTE 7) - 6'MIN. SEE NOTE 8) SEE NOTE 8) 10 LF OF PAVED DRIVEWAY REQUIRED , 3/8'EXPANSION JOINT(TYP.) SEE STD.PLAN 102) CEMENTCONCRETESIDEWALK ISEE NOTE 5 M.II-o SEE NOTE 7 CEMENTCONCRETERAMPWITH12H:1V B RBTSLOPE(TVP.) CU( SEE& NOTEGUTER 3) 3/8'CONTRACTION JOINT(TYP.) SEE STD.PLAN 102) PLAN VIEW TYPE C3 SHOWN,Cl&C2&C-MAX SIMILAR) SEE NOTE 9) VARIES SEE NOTE 10) 8.3%MAX.SEE NOTE 8(TP). as,sana" 6"1"1361 ME mminr 10'MIN. 10'MIN. CEMENT CONCRETE 10"MIN. SIDEWALK 3/8"EXPANSION JOINT(TYP.) SECTION OA (SEE STD.PLAN 102) SIDEWALK WIDTH 10%DIFFERENCE IN SLOPE MAX— 1/2'R(TYP.) 0 DRIVEWAY W/'•SINE SLOPE(SLOPE SHOWN EXAGGERATED) 1.5% Aft1.5% 1 V DRIVEWAY WM 10'MIN. . IDRIVEWAYW/ RELATIVE SEE DETAIL ON STD PLAN 104.2NEGATIVESLOPE(SLOP SHOWN EXAGGERATED) SECTION O s T CEMENT CONCRETE p: , CURB&GUTTER SEE NOTE 3) F OLITHICCEMENTi,j AIL,STD.PIAN 104.2) CONCRETESIDEWALK TYPE C2-ISOMETRIC VIEW For NOTES see STD.PLAN 104.2 1' Y 0 STD. PLAN - 104 ER . PUBLIC WORKS CEMENT CONCRETE DRIVEWAY ' PPRO D:DEPARTMENT ENTRANCE - TYPES Cl, C2, tNT C3, and C-MAX i ii,i !A 01/ Gregg Zimmerman,Public Works Administrator DocuSign Envelope ID: A0A08484-40B8-4C5D-B9E0-E70E51967ED2 11/5/2020 | 12:19 PM PST DOMESTYLELEDLUMINARE(WATTAGEPERPLANS,4,000KCCT,120—277VUNIVERSALDRIVER,WITHFLATGLASSLENS)BYCYCLONE(oRAPPROVEDEQUAL)DRIVERSHALLBEINTEGRALTOTHEFIXTUREWITHCLAMSHELLARMCONNECTIONFORMOUNTINGARMDETAJLSSTDPLAN117.3.FORSTREETLIGHTSTANDARDDECALNUMBERINGDETAIL,REFERTOCITYOFRENTONSTDPLAN121.10”BASEDIAMETER,40—0”LONG(CONTINUOUS),0.25”WALLTHICKNESSSMOOTHROUNDTAPERED(014”/FT)ALUMNUMPOLEREINFORCEDHANDHOLEWITHCOVERINSTALLANCHORBOLTCOVERS(PROVIDEDBYPOLEMANUFACTURER)2”CONDUITUNLESSSTATEDOTHERWISEONPLANS2”CONDUITUNLESSSTATEDOTHERWISEONPLANS3/4”CHAMFER(TYP)—1—6”MINBELOWGROUND,2—0”MINUNDERPAVEMENTEXTENDTHECONDUIT6”MINBEYONDFOUNDATIONORTHECONTROLLEDDENSITYBACKFILL#4HOOPS@12”8—7BARS,EVENLYSPACED21/2”CLRH90Iio-Q€Q0’‘I(270’•DECORAIVEROADWAYLUMINAIRESAREMOUNTEDAT0’•DECORATIVEPEDESTRIANLIJMINAIRESAREMOUNTEDAT160HANDHOLES•AREMOUNTEDAT180•BANNERSUPPORTBRACKETSAREMOUNTEDAT0’ORIENTATIONLOCATIONTOPOFFOUNDATIONANCHORBOLT,4TOTAL,1—1/4”BA(TYP)1”HEXNUTS,STEEL(6REQ’DPERANCHORBOLT),FLATWASHERS(6REQ’DPERANCHORBOLT)—(4)OVALSLOTSACCEPTNO1“x48”x4GALVANIZEDSTEELANCHORBOLTSPOLEELEVATIONFOUNDATIONDETAILSARTERIALSTREETSTD.PLAN-117.1DECORATIVEROADWAYLUMINAIREPOLEAPROVEDETAILS1mmJsic€fIT/’PAINTSPECIFCATIONSALLALUMNUMLUMINAIREANDPOLERELATEDPARTSSHALLBEFACTORYPRIMEDANDPOWDERCOATED.FNISHCOLOR;RAL9005TX“JETBLACK”ROUNDPOLECAPDECORATIVELUMINAIREPOLENOTES“I1LUMNAREARMLENGTHPERFLANSROUNDTUBULARSECTION(NOTAPER)ROUNDTAPEREDPOLESECTION(0.14”/FT)“NOMINALLIJMLNAIREHEIGHT(LUMINAIREHEIGHT+SHROUD)ALUMINIUMSHROUD(BYMANUFACTURER)DOMESTYLELEDLUMNAIRE(WATTAGEPERPLANS,4,000KCCT,120—277VUNIVERSALDRIVER,WTHFLATGLASSLENS)BYCYCLONE(ORAPPROVEDEQUAL).DRIVERASHALLBEINTEGRALTOTHEFIXTUREWITHCLAMSHELLARMUCONNECTION.FORMOUNTINGARMDETAILSSEESIBPLAN117.328”(2)BANNERBRACKETSWITHPRESSURERELEASESPRINGSWITHPROTECTIVERUBBERCOATINGSECURETOPBANNERBRACKETWITH—THROUGHBOLTSANDSHIMTOLEVELPERMANUFACTURER’SNSTRUCTIONSSECUREBOTTOMBANNERBRACKETWITHADJUSTABLESTAINLESSSTEELBANDSANDSHIMTOLEVELPER\LMANUFACTURER’SINSTRUCTONS\ANCHORBOLTA—0’LEVEL,, ‘—OPTONALBANNERTOBEPROVIDEDANDNSTALLEDBYOTHERSUN_________BASEPLATEDETAIL36”8—#7BARS,EVENLYSPACEDCENTERCONDUITNFOUNDATON14—15’DIABOLTCIRCLEHOOPSW12”FOUNDATONSECTIONGROUNDPOLETOFOIJNDAllONLU,zz20z00’LEVEL0(20(000C-,00=C-,’U,U,00036”FOUNDATIONDETAIL/11/4”DIAHOLE(TYP)3/8”STEELPLATEBOLTCIRCLE(DIXSIZETOLUMINAIREBASEPLATEDIMENSION)FORFOUNDATIONDETAILS,ANCHORBOLTTEMPLATEDETAILGROUT‘VANCHORBu_TASSEMBLYDETAIL DocuSign Envelope ID: A0A08484-40B8-4C5D-B9E0-E70E51967ED211/5/2020 | 12:19 PM PST DocuSign Envelope ID: A0A08484-40B8-4C5D-B9E0-E70E51967ED211/5/2020 | 12:19 PM PST DocuSign Envelope ID: A0A08484-40B8-4C5D-B9E0-E70E51967ED211/5/2020 | 12:19 PM PST DocuSign Envelope ID: F41B6C7D-1A89-4D3E-83C3-E2F0224FAF96 POLE & BRACKET CABLE, #12 AWG. SPLICES BETWEEN FUSE HOLDER AND LUMINAIRE FIXTURE SHALL NOT BE ALLOWED FUSE KITS QUICK REFER TO WSDOT LOCKING DISCONNECT 3 AMP IN LINE LID STANDARD DUTY FUSE KITS S.E.C. OR EQUAL - JUNCTION BOX TYPES 1 & 2 STANDARD PLAN J-40.10 GROUND LUG SPLICE KITS CLEAR EPDXY SPLICE KITS ON ALL THRU WIRE RUNS CONCRETE PAD OR SIDEWALK PER STD PLAN 120 24"(MIN) COVER #8 BARE COPPER GROUND WIRE 1 -#8 EQUIPMENT GROUND WIREW/GREEN INSULATION FROM SERVICE CABINET 2 - LIGHTING SYSTEM WIRES TO CONTACTOR SIZED AS REQ'D.) NOTES: GROUND CLAMP PVC CONDUI 5/8"x8' COPPER CLAD GROUND ROD TO LUMINAIRE 8 GREEN INSULATED WIRE TO FIXTURE GROUND LUG CONCRETE FOUNDATION THIS DETAIL DEPICTS THE BASIC LUMINAIRE ELECTRICAL WIRING SYSTEM. ADDITIONAL ELECTRICAL EQUIPMENT MAY VARY. 2. MINIMUM GROUND WIRE SIZE SHALL BE #8, AS SHOWN ABOVE. IF CURRENT CARRYING CONDUCTORS ARE LARGER THAN #8, THE MINIMUM GROUND WIRE SIZE SHALL MATCH THE LARGEST WIRE SIZE OF THE CURRENT CARRYING CONDUCTORS. 3. EQUIPMENT GROUND WIRE & BARE WIRE SHALL BE SECURELY FASTENED TO THE GROUND LUG INSIDE THE POLE HANDHOLE. ALL BONDING & GROUNDING CONNECTIONS SHALL REMAIN ACCESSIBLE FOR INSPECTION AND MAINTENANCE. 4. IF THE FIXTURE MANUFACTURER HAS MADE PROVISIONS FOR THE ATTACHMENT OF A GROUND WIRE, A GREEN INSULATED WIRE OF THE SAME SIZE SHALL RUN FROM THE FIXTURE TO THE GROUND LUG INSIDE THE POLE HANDHOLE. IF THE FIXTURE MANUFACTURER HAS A GROUND LUG A #8 GREEN INSULATED WIRE SHALL BE RUN FROM THE FIXTURE GROUND LUG TO THE POLE GROUND LUG. G•ty O LUMINAIRE ELECTRICAL STD. PLAN - 119 PUBLIC WORKS WIRING SYSTEM AP ROVED: F DEPARTMENT GAZ 5/22/2019 DATE DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E 7'-0" 1'-6" 0 0 oQo o 1'-6" 1'-0" LUMINAIRE POLE JUNCTION BOX CONCRETE PAD PLAN VIEW SIDE VIEW LUMINAIRE CONCRETE PAD DETAIL GENERAL NOTES: 1. LUMINAIRE CONCRETE PAD SHALL BE USED IN AREAS OUTSIDE OF SIDEWALK 2. CONCRETE CLASS FOR LUMINAIRE CONCRETE PAD SHALL BE PER STD PLAN 135 3. TOP OF LUMINAIRE FOUNDATION ELEVATION SHALL BE LOCATED AT BOTTOM OF LUMINAIRE CONCRETE PAD ELEVATION OR BOTTOM OF SIDEWALK ELEVATION 4. LUMINAIRE POLE AND JUNCTION BOX TYPE PER PLAN 5. LUMINAIRE CONCRETE PAD ACCOMMODATES TYPE 1 AND TYPE 2 JUNCTION BOXES ONLY S-0" LUMINAIRE POLE JUNCTION BOX CONCRETE SIDEWALK PLAN VIEW PER STD PLAN 102 LUMINAIRE POLE CONCRETE SIDEWALK PER STD PLAN 102 4° BOX JUNCTION BOX LUMINAIRE CONCRETE FOUNDATION SIDE VIEW LUMINAIRE WITH SIDEWALK DETAIL CONCRETE PAD JUNCTION BOX PLAN VIEW 1'-0" 4" CONCRETE PAD I' JUNCTION BOX SIDE VIEW INDIVIDUAL JUNCTION BOX PAD DETAIL sT LUMINAIRE CONCRETE STD. PLAN 120 PUBLIC WORKS PAD/SIDEWALK AND AIR"VED: DEPARTMENT JUNCTION BOX CONCRETE PAD Grego A. Zimm4I rMan0191-6C'.74An07RFRR45F DATE DocuSign Envelope ID: 1A67EB64-FDC0-44CD-AF93-5F66899DD39F CURB LANE LANE LANE CURB LANE CENTER CENTER IN IN LANE LANE 10' 8 '(TYP.)-STRIPE 6"MIN.(TYP.) 24 8' (TYP.)-OPEN LANE (TYP') LANE B"(TYP.)-STRIPE CONCRETE LINE LINE GUTTER TIREl I TIRE TIRE TIRE TRACKS TRACKS TRACKS TRACKS TYPICAL 4 -LANE ROADWAY CONFIGURATION NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. TY n + PUBLIC WORKS THERMOPLASTIC/PAINTED ROVE' P — 127 DEPARTMENT CROSSWALK M FNT o4TE 16"WHITE THERMOPLASTIC THERMOPLASTIC/PAINTED STD. PLAN- 128PUBLICWORKSPARALLELCROSSWALKAPPROVED: cm)+DEPARTMENT 64 9 nems BAND - OR MOUNTING ON EXISTING METAL POLE OR LUMINAIRE MIN. NOTES 1. DIMENSIONS FOR THE PARTS USED TO ASSEMBLE THE BASE CONNECTIONS ARE INTENTIONALLY NOT SHOWN. BASE CONNECTIONS ARE PATENTED, MANUFACTURED PRODUCTS THAT ARE IN COMPLIANCE WITH NCHRP 350 CRASH TEST CRITERIA. THE BASE CONNECTION DETAILS ARE SHOWN ON THIS PLAN ONLY TO ILLUSTRATE HOW THE PARTS ARE ASSEMBLED. 2. A 2- (IN) POST WITH A 2 1/4" (IN) PSST ANCHOR OR A 2 1/4" (IN) POST WITH A 2 1/2" (IN) PSST ANCHOR MAY BE SUBSTITUTED. SEE CONTRACT PLANS. 3. PERFORATED SQUARE STEEL POST SHALL MEET THE REQUIREMENTS OF WSOOT STANDARD SPECIFICATION 9-06. 4. USE ONLY BASE CONNECTION MANUFACTURER SUPPLIED HARDWARE THAT MEETS THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-06 AND 9-28. EDGE OF TRAVELED ROADWAY 90-F,3C FOR REFLECTORIZED SIGNS: MOUNT FACING 3'(degree) OUTWARD IF SIGN IS WITHIN 30 FEET OF ROADWAY SIGN FACE ORIENTATION BOLT STOPGN POST TYPE ST -4 SIGN SUPPORT OST SUPPORT — 2.25" HOT—DIP GALV., ANCHOR ON CRE 1E MOUNTING ON METAL POST SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT (ADOPTED ( /V nerc SIGN POST s LOWER SIGN e 5/16" (IN) CORNER BOLT IN) POST SUPPORT OR 3/6' FLANGED SHOULDER BOLT NTH NUT AND WASHERS 2 REQUIRED (TYP.) BOLT STOPGN POST TYPE ST -4 SIGN SUPPORT OST SUPPORT — 2.25" HOT—DIP GALV., ANCHOR ON CRE 1E MOUNTING ON METAL POST SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT (ADOPTED ( /V nerc DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E GENERAL NOTES: 1. ALL TRANSPORTATION INFRASTRUCTURE FEATURES ARE TO BE MAINTAINED ON LEVEL GRADE IF THE SURFACE LEVEL FROM CONSTRUCTION IS CHANGED (I. E. JUNCTION BOXES, LUMINAIRE POLES, TRAFFIC SIGNAL POLES, SIGN POSTS). 2. ALL OTHER TRANSPORTATION INFRASTRUCTURE SHALL BE PROVIDED TO BE ON LEVEL GRADE ONCE CONSTRUCTION IS COMPLETE. 3. ALL EXISTING OR PROPOSED TRANSPORTATION FEATURES WITHIN THE PROJECT CONSTRUCTION LIMITS SHALL MEET CURRENT ADA STANDARDS(I.E. JUNCTION BOXES SHALL HAVE NON-SKID LIDS). 4. ALL NEW TRAFFIC SIGNALS SHALL BE CONSTRUCTED WITH FIBER COMMUNICATION CONNECTION TO CITY OF RENTON TRANSPORTATION FIBER OPTIC NETWORK. 5. ALL TRANSPORTATION ASSETS THAT ARE TO BE REMOVED AND THEN REINSTALLED AT A LATER DATE DURING CONSTRUCTION SHALL BE RE -INSTALLED TO CURRENT STANDARDS. 6. SIGNAL POLE, LUMINAIRE, AND CABINET FOUNDATIONS SHALL BE CLASS 4000P CONCRETE. 7. ALL PROPOSED SIGNAL POLE FOUNDATIONS AND EXISTING MODIFIED SIGNAL POLE FOUNDATIONS SHALL INCLUDE A CONCRETE PAD AROUND THE FOUNDATION. PROPOSED OR EXISTING SIDEWALK SHALL BE CONSIDERED PART OF THE FOUNDATION PAD. FOUNDATION PAD SHALL BE AT LEAST 2 FEET OFFSET FROM THE SIGNAL POLE FOUNDATION, AS SPACE ALLOWS. 8. WHEN THE TRAFFIC SIGNAL IS OPERATIONAL, VEHICLE DETECTION SHALL BE MAINTAINED AND REMAIN FUNCTIONAL. NEW PERMANENT/TEMPORARY VIDEO DETECTION SHALL BE INSTALLED AND OPERATIONAL PRIOR TO DESTROYING ANY EXISTING VEHICLE DETECTION. 9. ALL TRAFFIC SIGNAL SYSTEMS, ILLUMINATION SYSTEMS, OR OTHER ELECTRICAL TRANSPORTATION SYSTEMS ARE SUBJECT TO INSPECTION BY CITY OF RENTON TRANSPORTATION OPERATIONS MAINTENANCE DEPARTMENT PRIOR TO FINAL ACCEPTANCE. CONTRACTOR TO COORDINATE INSPECTION WITH THE TRANSPORTATION OPERATIONS MAINTENANCE MANAGER OR OTHER TRANSPORTATION OPERATIONS MAINTENANCE REPRESENTATIVE. G•tY O TRANSPORTATION NOTES PUBLIC WORKS STD. PLAN - 135 F DEPARTMENT GAZOVED: 3/13/2019 1 4 DATE DocuSign Envelope ID: 5D308A1A-204D-48E8-BB23-8A2834BB565E EOU N D AT ON 14" (TYP) C O N S T. DATE M M /D D /YY DEPTH 11' 4 (TYP) 3 „ M EN S ON 36" R D BOLT LENGTH 54" BOLT D AMETER j4" VARIES POLE 4" (TYP),_FABRICATION DATE MM/DD/YY MANUFACTURER NAME 4„ (TYP) POLE HEG H T 3 5' 3 4)) MAST ARM M H 19' MAST ARM LENGTH 30' MAST ARM TENONS 8', 16', 24' NOTES: VARIES 1. TEXT SHALL BE ENGRAVED 0.014" DEEP 2. TAG SHALL BE MADE FROM 10 GAGE STAINLESS STEEL, RECESS FLUSH WITH TOP OF FINISHED FOUNDATION 3. 12 - 28 (NF) X 2" LONG STAINLESS STEEL SCREWS SHALL BE USED TO SECURE THE PLATE TO THE TOP OF FINISHED FOUNDATION, APPLY THREAD LOCKER TO SCREW THREADS TO BIND SCREWS AND ID TAG TOGETHER 4. TAGS SHALL BE SIZED TO ACCOMMODATE ALL INFORMATION SHOWN. INFORMATION SHOWN ABOVE IN THE RIGHT COLUMN IS FOR EXAMPLE PURPOSES ONLY, REPLACE WITH PROJECT SPECIFIC INFORMATION 5. POLE TAG SHALL BE LOCATED AT THE BASE OF THE POLE AND OPPOSITE OF THE MAST ARM G• tY O SIGNAL POLE FOUNDATION STD. PLAN - 139 PUBLIC WORKS AND POLE IDENTIFICATION TAG A ROVED: F DEPARTMENT DETAIL AZ 3/13/2019 1 4 DATE DocuSign Envelope ID: A0A08484-40B8-4C5D-B9E0-E70E51967ED211/5/2020 | 12:19 PM PST PRECAST BASE SECTION SEE NOTE 1 NOTES: 1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. 2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET. 4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. 5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER. 6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION. 7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES. 9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12" ALL METAL PIPE 15" CPSSP*, STD. SPEC. 9-05.20 12" SOLID WALL PVC, STD. SPEC. 9-05.12(1)15" PROFILE WALL PVC, STD. SPEC. 9-05.12(2)15" CORRUGATED POLYETHYLENE STORM SEWER PIPE 26", S E E N O T E 6 22SEE N OTE 6 3"4"44"21" MIN.4" MI N. (T Y P.)3 BAR EACH SIDE 3 BAR EACH WAY 3 BAR EACH CORNER 3 BAR EACH CORNER 18" MIN.3 BAR HOOP ALTERNATIVE PRECAST BASE SECTION CATCH BASIN TYPE 1 STD. PLAN - 200. 00PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/ REDUCING SECTION 36 2040" 24" 6" 8" 8" 12" 4"32",SEE N O T E6 28 SE ENOT E 6 4" MI N. (T Y P.)44" 2"PRECAST BASE SECTION SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION NOTES:1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0. 12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED.2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 26". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3.3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5'.4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN.5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER.6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION.7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED.USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2).8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES.9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS.10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5"5"1", 2", 4", 6", 12", OR 24"ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY),SEE NOTE 1 3 BAR EACH CORNER 18" MIN.3 BAR HOOP PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 18" ALL METAL PIPE 21"CPSSP*,STD. SPEC. 9-05.20 18"SOLID WALL PVC,STD. SPEC. 9- 05.12(1) 21"PROFILE WALL PVC,STD. SPEC. 9- 05.12(2) 21"CORRUGATED POLYETHYLENE STORM SEWER PIPE TWO #3 BAR HOOPS 3 BAR EACH SIDE 3BAR EACH WAY 3 BAR EACH CORNER CATCH BASIN TYPE 1L STD. PLAN - 200. 10 PUBLICWORKS DEPARTMENT APPROVED:DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6- 602A-4E4A-B436-A317AA638878 9/28/2018 | FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5" 5" NOTES: 4" 4" MI NSE ENOT E 6 22 4" MI N. 26",SEE N O T E 6 PRECAST BASE SECTIONSE E NOTE 6 4" MI N 4" MI N. 26",SEE N O T E 6 4"22 32" MIN.56"SEENOTE 1 ALTERNATIVE PRECAST BASE SECTION32" MIN.56"1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05. 50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0. 12 SQUARE INCHES PER FOOT MAY BE USED.2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 18".KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUMTO 2.5"MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED,FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3.3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5'.4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN.5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER.6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION.7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2).8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS,AND FRAMES.9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS.10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 3 BAR EACH SIDE 3 BAR EACH CORNER 3 BAR EACH WAY 3 BAR HOOP 3 BAR HOOP 3 BAR EACH CORNER, 18" (MIN.) 1", 2", 4", 6", 12", OR 24" CATCH BASIN TYPE 1P FOR PARKING LOT) STD. PLAN - 200. 20 PUBLIC WORKS DEPARTMENT APPROVED:DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 4"25"PRECAST BASE SECTION NOTES:1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS ( PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05. 50(9)),OR WIRE MESH HAVING A MINIMUM AREA OF 0. 12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREAOF 0.12 SQUARE INCHES PER FOOT MAY BE USED.2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 18". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2"MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9- 04.3.3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5'.4.THE FRAME AND GRATE SHALL BE INSTALLED WITH THE FLANGE DOWN.5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR,AND THE WALLS MAY BE SLOPED AT A RATE OF 1H: 24V OR STEEPER.6.THE STRUCTURE OPENING DIMENSIONS SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION.7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20. 3(2).8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9- 04.3.THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES.9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER' S DIRECTIONS.10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION.FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION4" MI N. (T Y P.)26",SEE N O T E622 SEENO T E 6 SEE NOTE 1 ALTERNATIVE PRECAST BASESECTION 3 BAR EACH SIDE TOP AND BOTTOM 3 BAR EACH CORNER ONE # 3 BAR ACROSS BOTTOM 3 BAR EACH CORNER 18" (MIN.)3 BAR HOOP PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12"ALL METAL PIPE 15"CPSSP* ,STD. SPEC. 9-05. 20 12"SOLID WALL PVC,STD. SPEC. 9-05.12( 1)15"PROFILE WALL PVC,STD. SPEC. 9-05.12( 2)15"CORRUGATED POLYETHYLENE STORM SEWER PIPE 34" 24" 30 20 5"5"1", 2", 4", 6", 12", OR 24"ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT ( SPACED EQUALLY),SEE NOTE 1 CONCRETE INLET STD. PLAN - 200.30 PUBLIC WORKS DEPARTMENTAPPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A- B436-A317AA638878 9/28/2018 | 9:45 NOTES: 1.NO STEPS ARE REQUIRED WHEN HEIGHT IS 4' OR LESS. 2.THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. 3.THE RECTANGULAR FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. THE FRAME MAY BE CAST INTO THE ADJUSTMENT SECTION. 4.KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 5.ALL GRADE RINGS, RISERS, AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 6.WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE ADAPTER OR APPROVED EQUAL). WHEN CONNECTING TO AN EXISTING PIPE, USE A FABRICATED SAND COLLAR OF THE SAME MATERIAL AS THE CONNECTING PIPE. 7.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 8.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 9.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. CATCH BASIN FRAME AND VANED GRATE PER STD. PLAN 204.00 RECTANGULAR OR CIRCULAR ADJUSTMENT SECTION (TWO SECTIONS MAX.) MORTAR, (TYP.), SEE NOTE 5 FLAT SLAB TOP SEE NOTE 6, TYP. REINFORCING STEEL, (TYP.) GRAVEL BACKFILL FOR PIPE ZONE BEDDING PER WSDOT STD. SPECIFICATION SECTION 9-03.12(3) INTEGRAL BASE PRECAST WITH RISER STEPS OR LADDER 4" MIN. 16" MAX.28" MAX. 48", 54", 60", 72", 84", 96", 120" OR 144" 12" (TYP.) 24" MIN.12" MAX. 1" MIN. 2.5" MAX. 12" 6" 15' MAX. FOR MAINTENANCE SEPARATE BASE PRECAST O" RING 12" 6" CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAXIMUM KNOCKOUT SIZE MINIMUM DISTANCE BETWEEN KNOCKOUTS 48"4"6"36"8" 54"4.5"8"42"8" 60"5"8"48"8" 72"6"8"60"12" 84"8"12"72"12" 96"8"12"84"12" 120"10"12"96"12" 144"12"12"108"12" PIPE ALLOWANCES CATCH BASIN DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 1 SOLID WALL PVC 2 PROFILE WALL PVC 3 48"24"30"24"30"30" 54"30"36"30"36"36" 60"36"42"36"42"42" 72"42"54"42"48"48" 84"54"60"54"48"48" 96"60"72"60"48"48" 120"66"84"60"48"48" 144"78"96"60"48"48" 1CORRUGATED POLYETHYLENE STORM SEWER PIPE (STD. SPEC. 9-05.20) 2 STD. SPEC. 9-05.12(1) 3 STD. SPEC. 9-05.12(2) CATCH BASIN TYPE 2 STD. PLAN - 201.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: 1.THIS FRAME IS DESIGNED TO ACCOMMODATE 20" × 24" GRATES OR COVERS,SEE STANDARD PLANS 204.10, 204.20, 204.30, AND 204.40.2. BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS.THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT- DOWN HOLES VARIES BY MANUFACTURER.3. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. GRATE FRAME SEE NOTE 2 RECESSED ALLEN HEAD CAP SCREW 5/ 8" - 11 NC x 2"SECTION A DETAIL TOP ISOMETRIC VIEW BOLT- DOWN HOLE (TYP.) ~ 5/8",11 NC, SEE DETAIL AND NOTE 2 29 1/4"25 1/4"SECTION BOLT-DOWN DETAIL 24 1/4"SEE DETAIL 3/ 4"4 1/2"1 5/8"2 1/2"1 5/8"1 1/4"3/ 4"7/ 8"1/ 8"ARECTANGULAR FRAME STD. PLAN - 204.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg ZimmermanPublic Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/ 28/2018 | 9:45 AM PDT NOTES: BOLT-DOWN SLOT DETAIL SEE NOTE 1 SECTION A TOP SECTION B SECTION C 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.ALTERNATIVE REINFORCING DESIGNS ARE ACCEPTABLE IN LIEU OF THE RIB DESIGN. 3.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 4.FOR FRAME DETAILS, SEE CITY OF RENTON STANDARD PLAN 204.00. 24" 1 1/2" 3" R26", SEE NOTE 2 BOLT-DOWN SLOT, SEE DETAIL AND NOTE121/2" DIA. HOLE 1 5/8" MAX. 4 3/4"1 1/2" 3" R39", SEE NOTE 2 1 1/2" 1/2" DIA. HANDLE 3/4" DIA. HOLE 5/8" 3/4" 4" 3 1/2" 5" 1/2" 3/4" 1 1/4" 5/8"ACB20" ISOMETRIC PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) RECTANGULAR SOLID METAL COVER STD. PLAN - 204.10 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: ISOMETRIC SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" DIRECTION OF FLOW 24" 7 OR 8 EQUAL SPACES 1 5/8" MAX. A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR VANED GRATE STD. PLAN - 204.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT ISOMETRIC NOTES: SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.USE ONLY IN SAGS ON VERTICAL CURVES. 4.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" 24" 1 5/8" MAX. 4EQUAL SPACES 4 EQUAL SPACES A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR BI-DIRECTIONAL VANED GRATE STD. PLAN - 204.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT COVER SECTION VIEW ASTM A48 CL35B00371780MO/ DA/YR X3717C1PTEON BOLTING DETAIL GASKET GROOVE DETAIL FRAME SECTION VIEW COVER BOTTOM VIEW PLAN VIEW DRAINIFCOMADEINUSA EJIWDUMPNOPOLLU T AN T S - DRAINS T O S T REAMR E N T O N NOTES:1.ALL COVERS SHALL BE LOCKING LID PER EJ No. 3717C1 OR APPROVED EQUAL.1/2" LETTERING BOLT HOLES - 3 PLACES EQUALLY SPACED120° APART ON 23 1/16" DIA. B. C.1 1/4" LETTERING 1) 1" DIA. PICKHOLE 25" DIA.3/ 4"1"2 1/ 2"8 3/4"TYP.) 3) BLT SOC. (ALLEN HEAD)5/8"-11 x 1.5 SS RUBBER WASHER 5/ 8"25 1/4" DIA.26 1/2" DIA.23 3/8" DIA. CL OPEN 27 5/16" DIA.34 1/ 8" DIA.1 1/16"6"1/8" 1/4" 1 1/16"R1/8" 1/4" DIA. NEOPRENE GASKET STORM ROUND FRAME AND COVER PUBLIC)STD. PLAN - 204. 50PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public WorksAdministratorUNLESSOTHERWISENOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/ 1.CONDITIONS OF USE 1.1.SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2.SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS, NOR IS IT INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED FLOW MUST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2.DESIGN AND INSTALLATION SPECIFICATIONS 2.1.THE GEOTEXTILE USED MUST MEET THE STANDARD LISTED BELLOW. A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MUST BE AVAILABLE ON SITE. 2.2.STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE. 2.3.WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V 2.4.IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4"X4" TRENCH MAY BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE FABRIC IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 2.5.FILTER FABRIC FENCES SHALL BE INSTALLED ALONG CONTOURS WHENEVER POSSIBLE. 3.MAINTENANCE STANDARDS 3.1.ANY DAMAGE SHALL BE REPAIRED IMMEDIATELY. 3.2.IF CONCENTRATED FLOWS ARE EVIDENT UPHILL OF THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND. 3.3.IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVE THE TRAPPED SEDIMENT. 3.4.SEDIMENT MUST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5.IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED. NOTES: JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES, WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS 2"x2" 14 GAUGE WIRE, OR EQUIVALENT, IF STANDARD STRENGTH FABRIC USED FILTER FABRIC 2' MIN. 12" MIN. 4"x4" MIN. TRENCH BACKFILL TRENCH WITH NATIVE SOIL OR 3/4" TO 1-1/2" WASHED GRAVEL 2"x4" WOOD POSTS, STEEL FENCE POSTS, OR EQUIVALENT (TYP.) 6' MAX. POST SPACING MAY BE INCREASED TO 8' IF WIRE BACKING IS USED AOS (ASTM D4751)30-100 SIEVE SIZE (0.60-0.15mm) FOR SILT FILM 50-100 SIEVE SIZE (0.30-0.15mm) FOR OTHER FABRICS WATER PERMITTIVITY (ASTM D4491)0.02 SEC-1MINIMUM GRAB TENSILE STRENGTH (ASTM D4632)180 LBS. MIN. FOR EXTRA STRENGTH FABRIC 100 LBS. MIN. FOR STANDARD STRENGTH FABRIC GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN) ULTRAVIOLET RESISTANCE (ASTM D4355)70% MIN. SILT FENCE STD. PLAN - 214.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: SECTION VIEW ISOMETRIC VIEW DRAINAGE GRATE TRIM GRATE FRAME FILTERED WATER SEDIMENT AND DEBRIS OVERFLOW BYPASS BELOW INLET GRATE DEVICE DRAINAGE GRATE RECTANGULAR GRATE SHOWN)RETRIEVAL SYSTEM (TYP.) OVERFLOW BYPASS (TYP.) BELOW INLET GRATE DEVICE 1.PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. 2.INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM. 3.THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE. 4.SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE. 5.THE BIGD SHALL HAVE A BUILT-IN HIGH-FLOW RELIEF SYSTEM (OVERFLOW BYPASS). 6.THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL. 7.PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15). 8.ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY. 5" MAX. CATCH BASIN INSERT STD. PLAN - 216.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT 12" MIN. 6" MIN. , SEE NOTE 4 EXISTING PAVEMENT SURFACE SURFACE RESTORATION AS SPECIFIED IN CONTRACT DOCUMENTS CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), "BANK RUN GRAVEL FOR TRENCH BACKFILL" PER WSDOT STD. SPEC 9-03.19, OR "GRAVEL BORROW" PER WSDOT STD. SPEC 9-03.14(1), COMPACTED TO 95% OF MAXIMUM DENSITY BENCH AS NEEDED FOR SHORING SYSTEM WHEN DEPTH IS 4' OR GREATER PIPE ZONE BEDDING AND BACKFILL PER STD. PLANS 220.00 AND 220.10 PIPE NEAT LINE TRENCH UNPAVED AREAS PAVED AREAS SEE NOTE 1 NOTES: 1.SEE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 2-09.4FOR MEASUREMENT OF TRENCH WIDTH. 2.EXCAVATIONS OVER 4' DEEP SHALL COMPLY WITH THE SAFETY STANDARD DESCRIBED IN CHAPTER 295-155 PART N OF THE WAC. 3.MAXIMUM BACKFILL DEPTH ABOVE PIPE SHALL NOT BE EXCEEDED, AS DETERMINED BY PIPE MANUFACTURER. 4.IN PAVED AREAS, IF PIPE HAS LESS THAN 3' OF COVER, USE "CRUSHED SURFACING TOP COURSE" FOR THE ENTIRE BACKFILL DEPTH ABOVE PIPE ZONE. 5.SEE CONSTRUCTION PLANS FOR SPECIFIC PROJECT REQUIREMENTS. SEE STANDARD PLANS 110, 110.1, 110.2, AND 111 FOR PAVEMENT RESTORATION REQUIREMENTS CRUSHED SURFACING TOP COURSE" PER WSDOT STD. SPEC 9-03.9(3), COMPACTED TO 95% OF MAXIMUM DENSITY TYPICAL TRENCH AND BACKFILL STD. PLAN - 220.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT 10 FT EXISTING WATER LINE TESTING DETAIL EXISTING TEE, DEAD END LINE, CAP OR PLUG DO NOT DISTURB BLOCKING NEW WATER LINE U 2F VERTICAL CROSS (MJxFL) FOR POLYPIGGING 1—BLIND FLANGE ON TOP WITH 2"TAP & 2"PLUG 1—BLIND FLANGE ON BOTTOM 1—PLUG(MJ) W/2"TAP & 2" BLOW—OFF TEMP. BLOCK FINAL CONNECTION DETAIL EXIST. WATER LINE NEW WATER LINE 0 r— AFTER ALL TESTING, CLEANING BY POLYPIG AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW—OFF & CONNECT TO EXISTING WATER LINE WITH SLEEVE (MJ) AND D.I. SPOOLS FINAL CONNECTION BY CITY FORCES Y STD. PLAN — 300.50as + PUBLIC WORKS CONNECTION TO WATER MAIN DEPARTMENT EXISTING TEE OR END LINE CAP N,tp MARCH 2010 FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY— MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. MIN. 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF 3' SIDEWALK THAT IS ADJACENT TO CURB 4.875" x 5" STORZ 5'x5'x6" THICK CONCRETE PAD AROUND HYDRANT. FINISH TO MATCH SIDEWALK. E EXPANSION JOINT AT 2` 1 BACK OF SIDEWALK fCONCRETE SIDEWALK OR PLANTING STRIP 36" MIN COVER TWO—PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT EXTENSION AS REQUIRED. RAISED PAVEMENT MARKER TYPE 88—A STIMSONITE TWO—WAY BLUE REFLECTIVE CONCRETE BLOCKING CONCRETE ' . THRUST BLOCK MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 2-3/4" COR—TEN STEEL TIE RODS. 16" x 8" x 4" MININUM X1/2 YARD OF 1-1/4" WASHED DRAIN ROCK CONCRETE BEARING 1' ABOVE BOOT FLANGE. PLACE 8 MILBLOCKUNDERHYDRANTPOLYETHYLENEFILMAROUNDTOPAND SIDES OF GRAVEL. 1 O FIRE HYDRANT ASSEMBLY CUT D ONE MAN ROCK - 1 6 TE PAD LEVEL ALL GROUND MIN 3' RADIUS a elk 6" CONCRETE PAD FI LL HYDRANT LOCATION IN CUT OR FILL ZY STD. PLAN — 310.1 e + PUBLIC WORKS FIRE HYDRANT ASSEMBLYODEPARTMENT N,yp MARCH 2010 MARKER MARKER I 4 I TWO LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LINE) MARKER e o FOUR LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) HYDRANT MARKERS MARKER t e ON SIDE STREETS WHERE THE HYDRANT IS WITHIN 20' OF A MAIN TRAVELED STREET, THE MARKER IS TO BE INSTALLED ON THAT MAIN STREET MARKER o 4 FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) RAISED PAVMENT MARKER TYPE 88 AB STIMSONITE TWO—WAY (BLUE) Y STD. PLAN — 310.3 et ' PUBLIC WORKS DEPARTMENT HYDRANT MARKER LAYOUT T MARCH 2010 13"x24" PLASTIC METER BOX EQUAL TO MID -STATES PLASTIC, INC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE CITY PRIVATE IRON DIAMOND PLATE COVER EQUAL TO MID -STATES PLASTICS, INC. MSCBC-1324-R WITH READER LID AND 2" DRILLED HOLE PIPING PIPING FOR TOUCHREAD PIT LID (SEE DETAIL A -A) 9" MIN. 12" MAX FINISH GRADE z ¢ TOUCHREAD WATER METER TO BE o 0 SUPPLIED BY THE 12 z Q bj36" MIN COVER N 7 CITY > TYPE " K" SOFT c 0 22-1/2° COPPER TUBING V u NEW DUCTILE IRON WATERMAIN IF SERVICE LINE TO HOUSE IS 3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIPT PLUG x COMPRESSION COUPLING Z_LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER COPPERSETTER FOR 5/8"x3/4" METER: FORDSERVICELINETOMETER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCQQ33, OR MUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT McDONALD BRASS: 21-415WCQQ44, OR MUELLER: 1-B-2470-2 3/4" FB1000-3-Q) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON 1" FB1000-4-Q) OR AY MCDONALD 4701B INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. AA DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE 7F—"—T; 2-1/2" MIN. FROM NEARESTFANDFRONTEDGEOFPIT LID 71 TYPICAL RIB NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. ZY Oer< PUBLIC WORKS 34" AND 1" WATER SERVICE STD. PLAN — 320.1 DEPARTMENT N,yp NOVEMBER 2009 J I IN UNIMPROVED RIGHT OF JfWAYINSTALLMETERBOXAT PROPERTY LINE WITH 12" w LONG COPPER TAILPIECE, w aI SIDEWALK m z ¢ TOUCHREAD WATER METER TO BE o 0 SUPPLIED BY THE 12 z Q bj36" MIN COVER N 7 CITY > TYPE " K" SOFT c 0 22-1/2° COPPER TUBING V u NEW DUCTILE IRON WATERMAIN IF SERVICE LINE TO HOUSE IS 3/4" OR 1" TO BE INSTALLED IN THE FUTURE GALVANIZED INSTALL FORD C14-33 OR 44 FIPT PLUG x COMPRESSION COUPLING Z_LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN COPPER COPPERSETTER FOR 5/8"x3/4" METER: FORDSERVICELINETOMETER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCQQ33, OR MUELLER: 3/4-B-2470-2 WITH ANGLE BALL VALVE ON INLET AND SINGLE CHECK VALVE ON OUTLET CORPORATION STOP WITH BALL VALVE. FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR TAPERED THREAD (CC). QUICK JOINT McDONALD BRASS: 21-415WCQQ44, OR MUELLER: 1-B-2470-2 3/4" FB1000-3-Q) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON 1" FB1000-4-Q) OR AY MCDONALD 4701B INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET. ALL FITTINGS SHALL BE WITH QUICK JOINT. NOTE: ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON BOTH SIDES OF METER BOX. AA DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC METER READ) TOUCHREAD DEVICE 7F—"—T; 2-1/2" MIN. FROM NEARESTFANDFRONTEDGEOFPITLID 71 TYPICAL RIB NOTE: THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN ONE RIB. ZY Oer< PUBLIC WORKS 34" AND 1" WATER SERVICE STD. PLAN — 320.1 DEPARTMENT N,yp NOVEMBER 2009 12" M. 18" MF SEE A A PLAN VIE WATER SECTION A—A VALVE BOX LID WITH EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WORD OPERATING NUT WATER" CAST INTO IT CONCRETE COLLAR FOR LVES IN PAVED AREAS 4-1/4" DIA. 1/8" MIN. THICKNESS IECE CAST IRON VALVE X, RICH—SEATTLE TYPE OLYMPIC FOUNDRY 1" STEEL LENGTH AS REQUIRED 1/8" MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT EXTENSION VALVE OPERATION NUT EXTENSION NOTE: EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW 3" FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MIN. MINIMUM OF ONE (1) FOOT LONG. ONLY ONE WIDTH EXTENSION TO BE USED PER VALVE. WHITE POS NOTE: ALL EXTENSIONS ARE TO BE MADE 62" OF STEEL, SIZED AS NOTED, AND PAINTED — —I WITH TWO COATS OF METAL PAINT. llllllllllll 111111_ -Ti i 24" VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS VALVE MARKER POST ZY Oe + PUBLIC WORKS VALVE BOX, MARKER & OPERATING STD. PLAN — 330.1 DEPARTMENT NUT EXTENSION N,yp MARCH 2010 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation ‘ LANDING A CURB RAMP FACE OF CURB A ‘ C B SECTION A CURB RAMP CURB RAMP LEGEND CURB RAMP B LANDING LANDING (TYP.)4" FACE OF CURB SIDEWALK SIDEWALK SIDEWALK SIDEWALK CURB AND GUTTER SECTION SECTION CROSSWALKCROSSWALK GRADE BREAKGRADE BREAK GRADE BREAK 3" R. LANDING PLAN VIEW PLAN VIEW TYPE PARALLEL A TYPE PARALLEL B SEE CONTRACT PLANS 1. 2. 3. NOTES LANDINGCURB RAMP (TYP.)4" ISOMETRIC VIEWISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT TYPE PARALLEL B PAY LIMIT SLOPE IN EITHER DIRECTION STANDARD PLAN F-40.12-03 ROADWAY TOP OF 5.0% MAX.COUNTER SLOPE VARIESSEE CONTRACT PLANS 4. 5. 6. 7. 8. 9. GRADE BREAK GRADE BREAK SEE CONTRACT PLANS 4’ - 0" MIN. ~ SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 PEDESTRIAN CURB ~ SEE NOTE 9 SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 PEDESTRIAN CURB ~ SEE NOTE 9 SEE CONTRACT PLANS 4’ - 0" MIN. ~ PEDESTRIAN CURB ~ SEE NOTE 9 CURB ~ CEMENT CONCRETE PEDESTRIAN SEE NOTE 9 4’ - 0" MIN. 4’ - 0" MIN. 4’ - 0" MIN. SEE CONTRACT PLANS SEE 3/8" EXPANSION JOINT (TYP.) ~ STANDARD PLAN F-30.10 PARALLEL B" PAY LIMIT ~ "CEMENT CONCRETE CURB RAMP TYPE SEE NOTE 6 PARALLEL A" PAY LIMIT ~ "CEMENT CONCRETE CURB RAMP TYPE SEE NOTE 6 PARALLEL CURB RAMPDRAWN BY: FERN LIDDELL(TYP.)4" * **FORMWORK (8.3% MAX.) ~ SEE NOTE 7 7.5% OR FLATTER RECOMMENDED FOR DESIGN/*** (ALONG INSIDE RADIUS AT BACK OF WALKWAY) (ALONG INSIDE RADIUS AT BACK OF WALKWAY) SEE NOTE 7 15’ - 0" MAX. (TYP.) * ** SEE NOTE 7 15’ - 0" MAX. (TYP.) SEE NOTE 7 15’ - 0" MAX. (TYP.) C * ** * DEPRESSED CURB AND GUTTER DEPRESSED CURB AND GUTTER SEE CONTRACT PLANS 4’ - 0" MIN. ~ SEE CONTRACT PLANS 4’ - 0" MIN. ~ DESIGN/FORMWORK (2% MAX.) 1.5% OR FLATTER RECOMMENDED FOR CURB AND GUTTER SEE DEPRESSED CURB AND GUTTER ~ STANDARD PLAN F-10.12 AND NOTE 6 ** 1 1 CONTRACTION JOINT EQUALLY SPACED 4’ - 0" MIN. OC. FOR CURB RAMP LENGTHS GREATER THAN 8’ - 0"PROVIDE STANDARD PLAN F-30.1 CONTRACTION JOINT (TYP.) ~ SEE 1 CURB RAMP SEE 3/8" (IN) EXPANSION JOINT (TYP.) ~ STANDARD PLAN F-30.10 JOINT (TYP.) ~ SEE 3/8" (IN) EXPANSION STANDARD PLAN F-30.10 JOINT (TYP.) ~ SEE 3/8" EXPANSION STANDARD PLAN F-30.10 Specifications 8-14. Standard Standard Plan F-30.10 F-10.12 Standard Plan Ramp or Landing and there will be no material to retain. Curb Ramp and/or Landing will be at the same elevation as the Curb Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramps and Landings shall receive a broom finish. See walkway. 15-foot max. length is measured on the inside radius along the back of the the15-foot max. measurement. When a ramp is constructed on a radius, the over a horizontal distance of 15 feet. Do not include abutting landing(s) in constant slope from bottom of ramp to top of ramp to match into the sidewalk the running slope of the curb ramp is allowed to exceed 8.3%. Use a single shown in the Contract Plans). When applying the 15-foot max. length, The Curb Ramp length is not required to exceed 15 feet (unless otherwise Pedestrian Curb, or Sidewalks. the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, The Bid Item "Cement Concrete Curb Ramp Type __" does not include See Contract Plans for width and placement of sidewalk. for Cement Concrete Sidewalk Details.See Pedestrian Curb details. for Curb, Curb and Gutter, Depressed Curb and Gutter, and See Contract Plans for the curb design specified. See Curb and Gutter where the Landing connects to the roadway. nances on any part of the Curb Ramp or Landing, or in the Depressed Do not place Gratings, Junction Boxes, Access Covers, or other appurte- break between the two adjacent surface planes shall be flush. Where "GRADE BREAK" is called out, the entire length of the grade roadway must be contained within the width of the crosswalk markings. At marked crosswalks, the connection between the landing and the STA TEOFWASHINGT O NR EGISTEREDPROFES SIONAL ENGINEERR ELLEZ TTOCS .R28680 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation‘CROSSWALKSECTION CURB RAMP ISOMETRIC VIEW LANDING PEDESTRIAN CURB 90 ANGLE(TYP.)4"5.0% MAX. COUNTER SLOPE PLAN VIEW C A C B ‘CROSSWALK5’ - 0" MIN. PLAN VIEW STRIP BUFFER ROADWAY TOP OF A STRIP BUFFER 5’ - 0" MIN. SECTION B CLOSURE SIGN PEDESTRIAN CROSSING CLOSURE SIGN PEDESTRIAN CROSSING CURB FACE OF CURB FACE OF CURB RAMP VARY RADIUS MAY ISOMETRIC VIEW PAY LIMIT TYPE SINGLE DIRECTION A PAY LIMIT TYPE SINGLE DIRECTION B LANDING A BREAK GRADE GRADE BREAK GRADE BREAK TYPE SINGLE DIRECTION BTYPE SINGLE DIRECTION A CURB RAMP SEE CONTRACT PLANS WIDTH ~ 4’ 0" MIN. MATCH SIDEWALK CONTRACT PLANS BUFFER STRIP ~ SEE CURB RAMP LANDINGLANDING SEE DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10 SEE DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10 3" R. 3" R. 3" R. CDETAIL 1’ - 0" SLOPE IN EITHER DIRECTIONDRAWN BY: FERN LIDDELLCURB RAMP SINGLE DIRECTION STANDARD PLAN F-40.16-03 GRADE BREAK SEE CONTRACT PLANS MATCH SIDEWALK WIDTH ~ 4’ 0" MIN. CURB RAMP CURB RAMP SIDEWALK ~ SEE NOTE 6 SIDEWALK ~ SEE NOTE 6 GRADE BREAK SIDEWALK ~ SEE NOTE 6 GRADE BREAK TYPE SINGLE DIRECTION B" PAY LIMIT ~ "CEMENT CONCRETE CURB RAMP SEE NOTE 7 TYPE SINGLE DIRECTION A" PAY LIMIT ~ "CEMENT CONCRETE CURB RAMP SEE NOTE 7 SIDEWALK ~ SEE NOTE 6 SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 PEDESTRIAN CURB ~ SEE NOTE 10 PEDESTRIAN CURB ~ SEE NOTE 10 PEDESTRIAN CURB ~ SEE NOTE 10 SEE CONTRACT PLANS WIDTH ~ 4’ 0" MIN. ~ MATCH SIDEWALK SIDEWALK ~ SEE NOTE 6 1. 2. 3. 4. NOTES 5. 6. 7. 8. LEGEND 9. *DESIGN/FORMWORK (2% MAX.) 1.5 OR FLATTER RECOMMENDED FOR ** (ALONG INSIDE RADIUS AT BACK OF WALKWAY) SEE NOTE 7 DESIGN/FORMWORK (8.3% MAX.) 7.5% OR FLATTER RECOMMENDED FOR 10. 15’ - 0" MAX (TYP.) SEE NOTE 8 15’ - 0" MAX (TYP.) SEE NOTE 8 * CURB AND GUTTER ~ SEE NOTE 5 CURB AND GUTTER ~ SEE NOTE 5 ** CORNER 1" (IN) RADIUS 3/8" (IN) EXPANSION JOINT ~ SEE STANDARD PLAN F-30.10 (TYP.) 5’ - 0" MIN. (TYP.) 15’ - 0" MAX SEE NOTE 8 ** SEE DEPRESSED CURB AND GUTTER ~ STANDARD PLAN F-10.12 * * *** JOINT ~ SEE 3/8" (IN) EXPANSION PLAN F-30.10 STANDARD SURFACE ~ SEE DETECTABLE WARNING STANDARD PLAN F-45.10 GUTTER ~ DEPRESSED CURB AND SEE NOTE 5 *(TYP.)4"1 1 STANDARD PLAN F-30.10 CONTRACTION JOINT EQUALLY SPACED 4’ - 0" MIN. OC. FOR CURB RAMP LENGTHS GREATER THAN 8’ - 0" PROVIDE CONTRACTION JOINT (TYP.) ~ SEE * 1 Specifications 8-14. Standard Standard Plan F-30.10 F-10.12 Standard Plan Ramp or Landing and there will not be material to retain. Curb Ramp and/or Landing will be at the same elevation as the Curb Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramps and Landings shall receive a broom finish. See distance of 15 feet. ramp to top of ramp to match into the sidewalk over a horizontal allowed to exceed 8.3%. Use a single constant slope from bottom of (measured from back of sidewalk) the running slope of the curb ramp is otherwise in the Contract Plans). When applying the 15-foot max. length The Curb Ramp length is not required to exceed 15 feet (unless shown Curb, or Sidewalks. adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian The Bid Item "Cement Concrete Curb Ramp Type __" does not include the Contract Plans for width and placement of sidewalk. for Cement Concrete Sidewalk Details. See See Pedestrian Curb details. for Curb, Curb and Gutter, Depressed Curb, Gutter and See Contract Plans for the curb design specified. See Curb and Gutter where the Landing connects to the roadway. ances on any part of the Curb Ramp or Landing or in the Depressed Do not place Gratings, Junction Boxes, Access Covers, or other appurten- between the two adjacent surface planes shall be flush. Where "GRADE BREAK" is called out, the entire length of the grade break roadway must be contained within the width of the crosswalk markings. At marked crosswalks, the connection between the Landing and the permitted. This plan is to be used where pedestrian crossing in one direction is not STA TEOFWASHINGT O NR EGISTEREDPROFES SIONAL ENGINEERR ELLEZ TTOCS .R286804’ - 0" MIN.4’ - 0" MIN. SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation MAX.MIN. A B C D D C A A B B 0.65" 0.9" 0.45" 1. 2. 3. 4. NOTES CURB RAMP TRUNCATED DOME SPACING __ A A TRUNCATED DOME SECTION 0.90" 2.40"1.60" 1.40" PEDESTRIAN RAILROAD CROSSING15’ MAX.6’ MIN.15’ MAX.6’ MIN.RAIL LANDING CURB RAMP CURB RAMP LANDING E 0.2"0.2" E PLACEMENT GUIDELINES CURB RAMP SEE NOTE 3 5. 6. PARALLEL CURB RAMP SINGLE DIRECTION CURB RAMP SHOULDERMIN.2’- 0" ISLAND ROUNDABOUT SPLITTER6’ - 0" MIN.DRAWN BY: FERN LIDDELLDETECTABLE WARNING SURFACE DETAIL TRUNCATED DOME DETAILS WALKWAY WIDTH OF SHARED-USE PATH CONNECTION CURB AND GUTTER WALKWAY PATH OR WIDTH OF CURB RAMP MEDIAN CUT-THROUGH ISLAND CUT-THROUGH THROUGH OR WALKWAY CURB RAMP, LANDING, CUT- WALKWAY LANDING, CUT-THROUGH OR MATCH TO WIDTH OF CURB RAMP, WALKWAY PATH OR SHARED-USE WALKWAY (TYP.) USE PATH OR WIDTH OF SHARED- WALKWAY WALKWAY FLAREFLARE WALKWAYWALKWAY LANDING WIDTH OF SEE NOTE 2 BACK OF CURB ~ LANDING > 5 FT. FROM BACK OF CURB) (GRADE BREAK BETWEEN CURB AND WALKWAY CURB RAMP WALKWAY WIDTH OF WALKWAY LANDING SINGLE DIRECTION CURB RAMP BACK OF CURB BREAKGRADE BREAKGRADE 7. 8. SEE NOTE 3 SURFACE (DWS) ~ DETECTABLE WARNING EDGE PAVEMENT MIN. 2’ - 0" LANDING = 5 FT. FROM BACK OF CURB) (GRADE BREAK BETWEEN CURB AND LANDING 2’ - 0" MIN. 2’ - 0" MIN. (SEE NOTE 6) SEE NOTE 2 BACK OF CURB ~ (SEE NOTE 6) (SEE NOTE 6) SEE NOTE 2 BACK OF CURB ~ (SEE NOTE 6) SEE NOTE 2 BACK OF CURB ~ SEE NOTES 4 & 7 SURFACE (DWS) ~ DETECTABLE WARNING SEE NOTE 8 OFFSET SEE NOTES 4 & 5 SURFACE (DWS) ~ DETECTABLE WARNING (TYP.) WIDTH OF CUT-THROUGH SEE NOTE 2 BACK OF CURB ~ SEE NOTE 2 BACK OF CURB ~ SEE NOTE 2 BACK OF CURB ~ SEE NOTE 4 SURFACE (DWS) ~ DETECTABLE WARNING LANDING, OR WALKWAY WIDTH OF CURB RAMP, TRAVEL DIRECTION OF APPLICATIONS TYP. OF ALL 2’ - 0" MIN. ~ SEE NOTE 3 SURFACE (DWS) ~ DETECTABLE WARNING SEE NOTE 3 SURFACE (TYP.) ~ DETECTABLE WARNING SEE NOTE 3 SURFACE (TYP.) ~ DETECTABLE WARNING SURFACE (DWS) ~ SEE NOTE 3 DETECTABLE WARNING PERPENDICULAR CURB RAMP SURFACE (DWS) ~ SEE NOTE 3 DETECTABLE WARNING STANDARD PLAN F-45.10-02 SURFACE DETECTABLE WARNING FOR COLOR OF SURFACE SEE STANDARD SPECIFICATIONS THROUGH (TYP.) WIDTH OF CUT- (TYP.) WIDTH OF CUT-THROUGH bottom of the curb ramp directly above the grade break. 5 ft. from the back of curb at all points, place the Detectable Warning Surface on the When the grade break between the curb ramp and the landing is less than or equal to the bottom of the ramp and within the required distance from the rail. If a curb ramp is required, the location of the Detectable Warning Surface must be at for sidewalk and curb ramp details. Standard Plans See Detectable Warning Surface shall be placed at the pavement edge. If curb and gutter are not present, such as a shared-use path connection, the The rows of truncated domes shall be aligned to be parallel to the direction of travel. break at the back of curb. The rows of truncated domes shall be aligned to be perpendicular to the grade back of the curb is permitted (measured at the leading corners of the DWS panel). requires a concrete border around the DWS, a variance of up to 2 inches from the at the center of the DWS panel. Exception: If the Manufacturer of the selected DWS with no more than a 2 inch gap between the DWS and the back of the curb measured two leading corners of the DWS panel placed adjacent to the back of the curb, and The Detectable Warning Surface (DWS) shall be placed at the back of curb, with the on each side of the DWS is permitted. the DWS requires a concrete border around the DWS, a variance of up to 2 inches landing, or other roadway entrance as applicable. Exception: If the Manufacturer of The Detectable Warning Surface (DWS) shall extend the full width of the curb ramp, STA TEOFWASHINGT O NR EGISTEREDPROFES SIONAL ENGINEERR ELLEZ TTOCS .R28680 APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation BASE PLATE DETAIL DIMENSIONS ARE OUT TO OUT 4"6"6"3" # 4 (TYP.)1 # 4 (TYP.)1 REINFORCING STEEL BENDING DIAGRAM 2"TOP OF POST TEMPLATE ASSEMBLY ANCHOR BOLT (TYP.) PLAN VIEW 1 1' - 6" 2 # 4 # 4 (TYP.)2 2 # 4 (TYP.) 2 # 4 (TYP.) # 4 1' - 6"1' - 6" 1 1/2" CLR. SIDEWALK TOP OF SIDEWALK TOP OF 3' - 6"6"6"(TYP.) 2 1/2" CLR. (TYP.)7"GRADE FINISHED SQUARE SQUARE 1' - 6" 1' - 6" ELEVATION POST WALL 1/8 *1/2"TOP OF POST PIPE CAP *1"THREAD1/2"FLAT WASHER (TYP.) STAINLESS STEEL CONFIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS SEE DETAIL GROUNDING CONNECTION ~7"7" ANCHOR BOLT TEMPLATE 1" `OF PUSHBUTTON 10"GROUNDING CONNECTION DETAIL 3/16 3/16"BSECTION 1/8 STANDARD AFTER PLUMBING GROUT PAD ~ INSTALL CONDUCTOR EQUIPMENT GROUNDING (DO NOT GLUE PVC STUBOUT) FLUSH WITH TOP OF FOUNDATION. CONDUIT COUPLING ~ INSTALL PERSPECTIVE VIEWDRAWN BY: FERN LIDDELLB 3. 2. 1. 4. NOTES 5. 1 # 4 1' - 1" (TYP.) HOOK 135° 9.5"(TYP.)2 1/2"CLR.1 1/2" 3 1/2" PLATE 1/4" (IN) STEEL THREADED STUD STAINLESS STEEL 1/4" (IN) × 1-1/4" (IN) LONG 1/2" (IN) STEEL BASE PLATE 3/8" (IN) DRAIN TUBE POSSIBLE ~ 1/2" (IN) MINIMUM WELD WELD STUD TO POLE WALL TO MAXIMUM EXTENT CONDUIT ELECTRICAL 1" (IN) DIAMETER 3" (IN) PIPE CAP (SCHEDULE 40) 3" (IN) STEEL PIPE "H" = 5' - 0" ORELECTRICAL CONDUIT 1" (IN) DIAMETER (TYP) CHAMFER 3/4" (IN) TOP OF CURB STEEL HEX NUTS THREE 1/4" (IN) STAINLESS SEE DETAIL 1/2" (IN) BASE PLATE ~ SECTION A A 2" MAX.1 " MIN. TOTYPE PPB STANDARD DETAILS RECOMMENDED CRIMPER WITH A MANUFACTURER'S CRIMP-ON CONNECTOR ~ CRIMPED CONDUCTOR AND FULL CIRCLE EQUIPMENT GROUNDING CONDUCTOR GROUNDING EQUIPMENT PREMOLDED JOINT FILLER JOINT FILLER PREMOLDED 16 9/16"REQUIRED PER ANCHOR BOLT FLAT WASHERS ~ FOUR FOUR REQUIRED PER ANCHOR BOLT 1/2" (IN) DIAM. STEEL HEAVY HEX NUTS ~ BOLTS ~ FOUR REQUIRED 1/2" (IN) × 24" (IN) FULL THREAD ANCHOR ANCHOR BOLT TEMPLATE ~ TWO REQUIRED ANCHOR BOLT TEMPLATE ASSEMBLY TOP OF NUT OR 5/8" (IN) MAXIMUM (TYP.) ANCHOR BOLT ~ MINIMUM OF TWO THREADS ABOVE 1/2" (IN) FLAT WASHER, TWO EACH REQUIRED PER 1/2" (IN) DIAMETER STEEL HEAVY HEX NUT, WITH BASE PLATE ASSEMBLY ~ CLR. 1 1/2" PLATE 1/2" (IN) STEEL (SCHEDULE 40) 3" (IN) STEEL PIPE 2 1/2" (IN) CLR.(SEE NOTE 3)HOLE (TYP.) 5/8" (IN) DIAM. BOLT CIRCLE 6" (IN) DIAM. HOLE 3 9/16" (IN) DIAM. HOLE (TYP.) 5/8" (IN) DIAM. BOLT CIRCLE 6" (IN) DIAM. HOLE 1 1/2" (IN) DIAM. HOLE 5/8" (IN) DIAM. CURB BASE PUSHBUTTON WITH ACCESSIBLE PEDESTRIAN STANDARD PLAN J-20.11-03"H" PLUS 14" ~ SEE NOTE 26. STD. SPEC. SECTN. 9-07.1(2) FOR BENDING DIAMETERS SEE SHEET 1 OF 2 SHEETS SIGNAL (APS) ASSEMBLY ACCESSIBLE PEDESTRIAN 1/4-20 THREAD BOLT (TYP.) FIELD DRILL AND TAP FOR PVC STUBOUT 2" (IN) LONG Standard Plan J-20.26 Two button installation may require adaptor(s). circle crimp-on connector (crimped with a manufacturer recommended crimper). with a connector suitable for use embedded in concrete: Provide 3' - 0" min. slack. Attach to pole grounding stud with a full Supplemental Grounding Conductor shall be non-insulated #4 AWG stranded copper and shall be clamped to vertical rebar Junction Box serving the Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard. Mounting distances vary between manufacturers. See manufacturers recommendations for mounting information. accommodate plaque and leave a 2" (in) space between signs. CROSSING TIME" above the Accessible Pedestrian Signal (APS) assembly. Add 14" (in) to the PPB post height to Where shown in the plans, install plaque (R10-32P) "PUSH BUTTON FOR 2 SECONDS FOR EXTRA for Accessible Pedestrian Pushbutton details.See 48821 NOSKCAJ TNILF MAILLIWSTATEOFWASHINGT O NR EGISTEREDPROFES SIONAL ENGINEER SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER 2' - 0" SQUARE FOUNDATION DETAILS PLAN VIEW 1' - 8"4"2' - 0"6"3' - 0"1 1/2" ANCHOR BOLT TEMPLATE 3/16 1/8 BASE PLATE DETAIL 9"9"1" TO 2" PLUMBING STANDARD GROUT PAD ~ INSTALL AFTER REINFORCING STEEL BENDING DIAGRAM 1' - 7"1' - 7"(TYP.) HOOK 135° 3 8' - 0"10' - 0"3' - 6"STD. SPEC. 9-07.1(2)FOR BENDING DIAMETER SEE GRADE FINISHED # 43 2' - 0" SQUARE (TYP.) 2 1/2" CLR. # 4 DIMENSIONS ARE OUT TO OUT ELEVATION FOUNDATION DETAIL 2"SECTION FOUNDATION TOP OF 3' - 2"2' - 7" 6 # 45 # 4 4 # 4 6 # 4 5 LEVELING NUT (TYP.) D ANCHOR BOLT CONDUCTOR EQUIPMENT GROUNDING G Y R 6 QUANTITIES LIST REINFORCING STEEL MARK 3QTY. 3 4 5 6 2 73 SEE GROUNDING CONNECTION ~ STANDARD PLAN J-20.20 1 1/2" HAND HOLE PERSPECTIVE VIEW 4 # 4 1' - 7"1' - 1"(TYP.) HOOK 135° DRAWN BY: FERN LIDDELL4 2 1/2" D 5 1/4" # 4 # 456"2 1/2" CLR. (TYP.)CLR.CLR.1 1/2"(TYP.) # 4 # 4 FLUSH WITH SIDEWALK TOP OF FOUNDATION ~ TOP OF SIDEWALK 1 1 KEY NOTE 3"4"SIGNAL (APS) ASSEMBLY ACCESSIBLE PEDESTRIAN # 43 2 1/2" CLR. # 43 BOLT CIRCLE 9" (IN) DIAMETER 3/4" (IN) STEEL BASE PLATE ~ SEE DETAIL IN GROUT PAD 3/8" (IN) I.D. DRAIN TUBE GROUT PAD IN CENTER OF 6" (IN) DIAM. HOLLOW (TYP.) 3/4" (IN) CHAMFER CURB TOP OF HOLE = POLE BASE + 1/6" (IN) 3/4" (IN) STEEL PLATE WITH CONTRACT FOR DIAMETER ELECTRICAL CONDUIT ~ SEE (SEE NOTE 5) CONDUCTOR CLAMP SUPPLEMENTAL GROUNDING CONDUCTOR SUPPLEMENTAL GROUNDING (SEE NOTE 5) CONTRACT FOR DIAMETER ELECTRICAL CONDUIT ~ SEE TYPE 1 SIGNAL STANDARD DETAILS JOINT FILLER PREMOLDED JOINT FILLER PREMOLDED FOUR REQUIRED PER ANCHOR BOLT FLAT WASHERS ~ FOUR REQUIRED PER ANCHOR BOLT 3/4" (IN) DIAM. STEEL HEAVY HEX NUTS ~ BOLT ~ FOUR REQUIRED 3/4" (IN) × 36" (IN) FULL THREAD ANCHOR ANCHOR BOLT TEMPLATE ~ TWO REQUIRED ANCHOR BOLT TEMPLATE ASSEMBLY OR 5/8" (IN) MAXIMUM (TYP.) TWO THREADS ABOVE TOP OF NUT PER ANCHOR BOLT ~ MINIMUM OF WITH FLAT WASHER, TWO EACH REQ'D 3/4" (IN) DIAMETER STEEL HEAVY HEX NUT, BASE PLATE ASSEMBLY ~ FOUNDATION. (DO NOT GLUE PVC STUBOUT) CONDUIT COUPLING ~ INSTALL FLUSH WITH TOP OF PLATE 1/4" (IN) STEEL HOLE (TYP.) 1" (IN) DIAMETER BOLT CIRCLE 9" (IN) DIAMETER HOLE (TYP.) 1" (IN) DIAMETER CENTER OF GROUT PAD 6" (IN) DIAMETER HOLLOW IN CURB BASE PUSHBUTTON WITH ACCESSIBLE PEDESTRIAN STANDARD PLAN J-20.11-03 2" (IN) LONG PVC STUBOUT (TYPE 1 SHOWN) TYPE 1 SIGNAL POLE TYPE PS OR SIGNAL POLE TYPE PS OR TYPE 1 1' - 3 1/2"(TYP.)48821 NOSKCAJ TNILF MAILLIWSTATEOFWASHINGT O NR EGISTEREDPROFES SIONAL ENGINEER REINFORCING STEEL BENDING DIAGRAM SEE STD. SPEC. 9-07.1(2) FOR BENDING DIAM. I. 1'-7" .I ~ //-135" ~HOOK i'-G) (TYP.) ..... #4 1" (IN) DIAM. HOLE (TYP.) 3/4" (IN) STEEL PLATE WITH HOLE= POLE BASE + 1/6" (IN) 9" TAPERED STEEL SHAFT (SEE NOTE 1) 2 1/2" CLR. (TYP.) 9" (IN) DIAM. BOLT CIRCLE ELECTRICAL CONDUIT 2'-0" b NOTES 1. Clamping bolts shall be tightened to 50 ft-lbs max. torque. After state inspection, burr threads to prevent nut rotation. DO NOT OVERTIGHTEN. 2. The final height of the Anchor Bolts shall be below the top of the slip plate assembly to ensure proper function of the slip base. 3. Supplemental grounding conductor shall be non-insulated #4 AWG stranded copper and shall be clamped to vertical rebar with a connector suitable for use embedded in concrete: Provide 3'-0" min. slack. Attach to pole grounding stud with a full circle crimp-on connector (crimped with a manufacturer recommended crimper). 4. Junction box serving the Standard shall preferably be located 5'-0" (10'-0" Max.) from the Standard. 5. Provide cable tie at wiring entering the junction box (for slip base installations only)-See Detail A, Standard Plan J-28.70. 6. Keeper Plate shall not extend beyond the edges of the pole base plate. BASE PLATE DETAIL CENTER ANCHOR BOLT ASSEMBLY IN FOUNDATION SECTION 0 ...I ...I w 0 0 ::J z a:: w u. DIMENSIONS ARE OUT TO OUT @ #4 EIGHT REQ'D. ELECTRICAL CONDUIT CENTER ANCHOR BOLT ASSEMBLY IN FOUNDATION SEE DETAILS ABOVE MATCHLINE FOR SECTION 0 SQUARE CONCRETE FOUNDAT~: ~-- MATCHLINE 3/4" (IN) CHAMFER (TYP.) UNPAVED SURFACE ELECTRICAL CONDUIT -SEE CONTRACT FOR DIAM. ANCHOR BOLT ASSEMBLY - ANCHOR BOLT TEMPLATE- TWO REQ'D. PER ASSEMBLY ANCHOR BOLTS - 3/4" (IN) x 30"(1N) FULL THREAD - THREE REQ'D. PER ASSEMBLY 3/4" (IN) DIAMETER STEEL HEAVY HEX NUTS- FOUR REQ'D. PER ANCHOR BOLT FLAT WASHERS- FOUR REQ'D. PER ANCHOR BOLT 2 1/2" CLR. 2'-0" ROUND ELEVATION N a::ii ·<( N 0 b @#4 FIVE REQ'D. ROUND CONCRETE FOUNDATION DETAIL SIGNAL STANDARD USE DETAILS ABOVE MATCHLINE FOR ROUND CONCRETE FOUNDA-T~~ _\- 3/4" (IN) CHAMFER (TYP.) SLIPFITTER MATCHLINE G)#4 TOP OF POLE 0 a:: (§ z ~ en u. 0 1-J: (!) iii J: l THREE REQ'D. UNPAVED SURFACE =r@#4 C: ~ (TYP.) N::!: ELECTRICAL CONDUIT -SEE CONTRACT FOR DIAM. t ANCHOR BOLT ASSEMBLY ANCHOR BOLT TEMPLATE- TWO REQ'D. PER ASSEMBLY ANCHOR BOLTS - 3/4" (IN) x 30"(1N) FULL THREAD - FOUR REQ'D. PER ASSEMBLY 3/4" (IN) DIAMETER STEEL HEAVY HEX NUTS- FOUR REQ'D. PER ANCHOR BOLT FLAT WASHERS- FOUR REQ'D. PER ANCHOR . '. '• '11~' II ' ' >! .···J·· .. "Q>II ' v. ~ -+-----.-- _:~_i~ ,· -;: '9';' c '-. ""---+--+-- '•. . ~ 2 1/2" CLR. 2'-0" SQUARE N ELEVATION Co FIXED BASE SQUARE CONCRETE FOUNDATION DETAIL b l SIGNAL STANDARD GROUNDING STUD WITH NUT - SEE STANDARD PLAN J-20.20 FOR GROUND CONNECTION DETAILS SUPPLEMENTAL GROUNDING CONDUCTOR (SEE NOTE 3) 3/4" (IN) STEEL BASE PLATE (SEE DETAIL) GROUT PAD -INSTALL AFTER PLUMBING STANDARD UNPAVED SURFACE ' ' ' ' . ' EQUIPMENT GROUNDING CONDUCTOR 2" (IN) PVC STUBOUT BASE PLATE ASSEMBLY-3/4" (IN) DIAM. STEEL HEAVY HEX NUT, WITH FLAT WASHER-TWO EACH REQ'D. PER ANCHOR BOLT-MINIMUM OF TWO THREADS ABOVE TOP OF NUT OR 5/8" (IN) MAXIMUM (TYP.) TOP OF FOUNDATION LEVELING NUT (TYP.) ____;_.__1 ~~ ANCHOR BOLT (TYP.) CONDUIT COUPLING-INSTALL FLUSH WITH TOP OF FOUNDATION CLAMP CONDUCTOR TO ' ' STEEL REINFORCING WITH STEEL REINF~~CING LISTED CONNECTOR BARS • 1 : (DO NOT GLUE PVC STUBOUT) EMBEDDED IN CONCRETE i ELECTRICAL CONDUIT-SEE SUITABLE FOR USE I /-1-' CONTRACT FOR DIAMETER DETAIL 0 1" (IN) DIAM. HOLE (TYP.) 1/4" (IN) STEEL PLATE 1 1/2" 9" (IN) BOLT CIRCLE ANCHOR BOLT TEMPLATE TYPE PS TYPE 1 RM & FB SIGNAL STANDARD FOUNDATION DETAILS STANDARD PLAN J-21.10-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ...... ... Washington State Department of Transportation 1" (IN) DIAM. HOLE (TYP.) 7/8" (IN) DIAM. HOLE (TYP.) 6" (IN) DIAM. HOLE 5/8" (IN) R. (TYP.) I· 6" • ! • 9" 8 1/2" FOR DIMENSIONS NOT SHOWN, SEE BASE PLATE DETAIL 7" (IN) DIAM. HOLE ANCHOR PLATE- ASTM A572 GR. 50 ORASTM A588 0 C\1 ..... I I I I • I 1/ 6" i 8 1/2" .. . ' .. (28 GAGE SHEET METAL) 6" (IN) DIAM. HOLE KEEPER PLATE PLACE BETWEEN POLE BASE PLATE AND SLIP PLATE ON TOP OF MIDDLE WASHERS - SEE STANDARD PLAN J-28.42 HOLE DIAM. = POLE BASE+ 1/16" (IN) 0 C\1 BASE PLATE- ASTM A36 FOR DIMENSIONS NOT SHOWN, SEE SLIP AND ANCHOR PLATES DETAIL BASE PLATE DETAIL SLIP AND ANCHOR PLATES DETAIL KEEPER PLATE DETAIL .J .J w Cl Cl :J z 0::: w u.. c« TOWARD ROADWAY CENTER ANCHOR BOLT ASSEMBLY IN FOUNDATION ELECTRICAL CONDUIT 0~ •< 1'10 MATCHLINE 7/8" (IN) DIAM. HOLE W/ SMOOTH CHAMFERED EDGES 1/2" (IN) THICK x 2" (IN) WIDE x 2 3/4" (IN) LONG STEEL BAR CENTER ANCHOR BOLT ASSEMBLY IN FOUNDATION ELECTRICAL CONDUIT PLATE WASHER DETAIL 2'-0" SEE DETAILS ABOVE MATCHLINE -SECTION fi\ ®#4 EIGHT REQ'D. 2 1/2" CLR. (TYP.) SLIP PLATE ANCHOR PLATE 3/8 TAPERED STEEL SHAFT WALL BASE PLATE SECTION 0 SECTION SIGNAL STANDARD GROUNDING STUD WITH NUT - SEE STANDARD PLAN J-20.20 FOR GROUNDING CONNECTION DETAILS SUPPLEMENTAL GROUNDING CONDUCTOR (SEE NOTE 3) 3/4" (IN) DIAMETER STEEL HEAVY HEX NUT AND HARDENED WASHER - TWO EACH REQUIRED PER ANCHOR BLOT 1 1/4" (IN) ANCHOR PLATE 3/8" (IN) I.D. DRAIN TUBE IN GROUT PAD TOP OF CONCRETE FOUNDATION UNPAVED SURFACE EQUIPMENT GROUNDING CONDUCTOR HEAVY HEX CLAMPING BOLT (TYP.) -3/4" (IN) DIAM. TORQUE CLAMPING BOLTS (SEE NOTE 3) 3/4" (IN) DIAMETER STEEL HEAVY HEX NUT (TYP.) -SIZE TO MATCH CLAMPING BOLT PLATE WASHER (TYP.) 3/4" (IN) BASE PLATE 28 GAGE KEEPER PLATE HARDENED ROUND WASHER (TYP.)-SIZE TO MATCH CLAMPING BOLT PAVED SURFACE 1 3/8" (IN) SLIP PLATE LEVELING NUT (TYP.) - 3/4" (IN) HEAVY HEX NUT AND HARDENED WASHER SEE DETAILS ABOVE MATCHLINE -SECTION FIXED BASE SQUARE CONCRETE ~ FOUNDATION, SHEET 1 -----FIXED BASE SQUARE CONCRETE \ V FOUNDATION, SHEET~_ .i._ _ _ : __ MATCH~t!E_ CLAMP CONDUCTOR TO STEEL REINFORCING WITH LISTED CONNECTOR SUITABLE FOR USE I CONDUIT COUPLING -INSTALL FLUSH WITH TOP OF FOUNDATION (DO NOT 3/4" (IN) CHAMFER UNPAVED SURFACE 3/4" (IN) CHAMFER (TYP.) UNPAVED SURFACE G) #4 EMBEDDED IN CONCRETE THREE REQ'D. PREMOULDED L' GLUE PVC STU BOUT) t ELECTRICAL CONDUIT - SEE CONTRACT FOR DIAM. STEEL REINFORCING BARS l ~ ,------=A~~~,~~~~~~~~~JOINT :LLER l 6" (IN) DIAM. HOLLOW IN CENTER OF GROUT PAD DETAIL 0 SQUARE FOUNDATION SHOWN ELECTRICAL CONDUIT - SEE CONTRACT FOR DIAM. ANCHOR BOLT ASSEMBL STRAP TEMPLATE- THREE 1/4" (IN) STEEL BARS- TWO REQ'D. PER ASSEMBLY 3/4" (IN) x 30" (IN) FULL THREAD ANCHOR BOLTS - THREE REQ'D. PER ASSEMBLY 3/4" (IN) DIAMETER STEEL HEAVY HEX NUTS- FOUR REQ'D. PER ANCHOR BOLT FLAT WASHERS- FOUR REQ'D. PER ANCHOR BOLT 2 1/2" CLR. 2'-0" ROUND C\1 ELEVATION ROUND CONCRETE FOUNDATION DETAIL ELECTRICAL CONDUIT - SEE CONTRACT FOR DIAM. ANCHOR BOLT ASSEMBLY STRAP TEMPLATE- THREE 1/4" (IN) STEEL BARS - TWO REQ'D. PER ASSEMBLY 3/4" (IN) x 30" (IN) FULL THREAD ANCHOR BOLTS - THREE REQ'D. PER ASSEMBLY 3/4" (IN) DIAMETER STEEL HEAVY HEX NUTS- FOUR REQ'D. PER ANCHOR BOLT FLAT WASHERS - FOUR REQ'D. PER ANCHOR BOLT 2'-0" SQUARE C\1 ELEVATION SLIP BASE SQUARE CONCRETE FOUNDATION DETAIL 1 3/16" (IN) DIAM. (TYP.) TACK WELD-AT ALL OVERLAPPING LOCATIONS (TYP.) 1/4" (IN) STEEL BAR (TYP.) - 2" (IN) WIDE x 1'-3" LONG STRAP TEMPLATE DETAIL TYPE PS TYPE 1 RM & FB SIGNAL STANDARD FOUNDATION DETAILS STANDARD PLAN J-21.10-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation SHEET 1 OF 1 SHEET STATE DESIGN ENGINEER Washington State Department of Transportation SHEET 1 OF 1 SHEET Washington State Department of Transportation ‘FORM (CLASS 4000P)METAL PIPE STAY-IN-PLACECONCRETE CAST WITHIN A CORRUGATEDPLACEMENT DETAILS AS REQUIRED ~ SEE EARTH EMBANKMENT EVENLY SPACED 8 - #8 BARS GROUND SLOPE 1 MAX. EARTH UNDISTURBED EXISTING GRADE GROUND SLOPE 1 MAX. EVENLY SPACED 8 - #8 BARS CORRUGATED METAL PIPE (TYP.) UNDISTURBED EARTH GLUE PVC STUBOUT) WITH TOP OF FOUNDATION (DO NOT CONDUIT COUPLING ~ INSTALL FLUSH GLUE PVC STUBOUT) WITH TOP OF FOUNDATION (DO NOT CONDUIT COUPLING ~ INSTALL FLUSH (TYP.) LIMITS OF EXCAVATION 7"‘DRILLED SHAFT (CLASS 4000P)AGAINST UNDISTURBED EARTH,CONCRETE CAST DIRECTLY 1’ - 0" CENTERS #4 HOOPS @ 3’ - 0" OR 4’ - 0" ROUND 1’ - 0" (TYP.) MIN.31 2 1/2" MAX.1 1/2" CLR.1’ - 6"2 CONCRETE CAST DIRECTLY AGAINST UNDISTURBED EARTH, DRILLED SHAFT 3’ - 0" SQUARE OR 4’ - 0" ROUND OR ROUND2 1/2" MAX.3" CLR. (TYP.)CLR.3"1’ - 6"MAX.7"MAX.2 1 MAX.MAX.CLR.3"8. 7. 6. 5. 4. 3. 2. 1. CONCRETE CAST WITHIN A CORRUGATED METAL PIPE STAY-IN-PLACE FORM1 1/2"CLR.DRAIN HOLE GROUT W / 3/8" STUD) (ROUTE CONDUCTOR TO GROUNDING COPPER ~ PROVIDE 3’ MIN. SLACK INSULATED #4 AWG STRANDED GROUNDING CONDUCTOR NON- STUD) (ROUTE CONDUCTOR TO GROUNDING COPPER ~ PROVIDE 3’ MIN. SLACK INSULATED #4 AWG STRANDED GROUNDING CONDUCTOR NON- 3 2’ - 0"2 2’ - 0"2 31 2 5 5 POLE MANUFACTURER PLATE SUPPLIED BY SIGNAL ANCHOR BOLTS & ANCHOR POLE MANUFACTURER PLATE SUPPLIED BY SIGNAL ANCHOR BOLTS & ANCHOR SIGNAL POLE SIGNAL POLE 1’ - 0" CENTERS #4 HOOPS @ ALTERNATE # 1 ALTERNATE # 2 FOUNDATION REINFORCEMENT AND BACKFILL DETAILFOUNDATION REINFORCEMENT DETAIL METAL (SUBSURFACE) FORM REQUIRED ALTERNATE #2 - CONSTRUCTION METHOD 1000 PSF 1500 PSF OR GREATER 2500 PSF 3’ - 0" ROUND 3’ - 0" SQUARE 4’ - 0" ROUND 3’ - 0" ROUND 3’ - 0" SQUARE 4’ - 0" ROUND 3’ - 0" ROUND 3’ - 0" SQUARE 4’ - 0" ROUND 6’ - 0" 6’ - 0" 6’ - 0" 7’ - 0" 7’ - 0" 8’ - 0" 8’ - 0" 8’ - 0" 10’ - 0"10’ - 0" 8’ - 0" 8’ - 0" 8’ - 0" 7’ - 0" 7’ - 0" 6’ - 0" 6’ - 0" 6’ - 0"6’ - 0" 6’ - 0" 7’ - 0" 7’ - 0" 7’ - 0" 9’ - 0" 9’ - 0" 9’ - 0" 11’ - 0"11’ - 0" 9’ - 0" 11’ - 0" 8’ - 0" 8’ - 0" 8’ - 0" 6’ - 0" 6’ - 0" 18’ - 0"15’ - 0" 10’ - 0" 10’ - 0" 13’ - 0" 8’ - 0" 8’ - 0" 9’ - 0" 7’ - 0" 7’ - 0"7’ - 0" 7’ - 0" 11’ - 0" 9’ - 0" 9’ - 0" 15’ - 0" 11’ - 0" 11’ - 0" 20’ - 0" 12’ - 0" 12’ - 0" 18’ - 0" 10’ - 0" 10’ - 0" 15’ - 0" 8’ - 0" 8’ - 0" OR GREATER 2500 PSF 1500 PSF 1000 PSF 3’ - 0" ROUND 3’ - 0" SQUARE 4’ - 0" ROUND 3’ - 0" ROUND 3’ - 0" SQUARE 4’ - 0" ROUND 3’ - 0" ROUND 3’ - 0" SQUARE 4’ - 0" ROUND 9’ - 0" 9’ - 0" 9’ - 0" 10’ - 0" 10’ - 0" 11’ - 0" SPECIAL FOUNDATION TYPE SPECIAL FOUNDATION TYPE SPECIAL FOUNDATION TYPE 11’ - 0" 10’ - 0" 10’ - 0" 9’ - 0" 9’ - 0" 9’ - 0"9’ - 0" 9’ - 0" 10’ - 0" 10’ - 0" 10’ - 0" 12’ - 0"14’ - 0" 11’ - 0" 11’ - 0" 12’ - 0" 9’ - 0" 9’ - 0"10’ - 0" 10’ - 0" 12’ - 0" 11’ - 0" 11’ - 0" 16’ - 0"18’ - 0" 12’ - 0" 12’ - 0" 14’ - 0" 10’ - 0" 10’ - 0"11’ - 0" 11’ - 0" 18’ - 0" 13’ - 0" 13’ - 0" 21’ - 0" 12’ - 0"12’ - 0"10’ - 0"9’ - 0"9’ - 0"9’ - 0"9’ - 0"4’ - 0" ROUND 3’ - 0" ROUND 4’ - 0" ROUND 3’ - 0" ROUND 4’ - 0" ROUND 3’ - 0" ROUND 9’ - 0" 10’ - 0" 11’ - 0" 9’ - 0" 10’ - 0" 11’ - 0" 10’ - 0" 14’ - 0"18’ - 0" 11’ - 0" 14’ - 0"16’ - 0" 13’ - 0" 21’ - 0"24’ - 0" 16’ - 0" 21’ - 0"23’ - 0" 18’ - 0" 28’ - 0" SPECIAL FOUNDATION TYPE SPECIAL FOUNDATION TYPE OR GREATER 2500 PSF 1500 PSF 1000 PSF 3’ - 0" ROUND 4’ - 0" ROUND 3’ - 0" ROUND 4’ - 0" ROUND 3’ - 0" ROUND 4’ - 0" ROUND 6’ - 0" 6’ - 0" 7’ - 0" 8’ - 0" 8’ - 0" 10’ - 0"10’ - 0" 8’ - 0" 8’ - 0" 7’ - 0" 6’ - 0" 6’ - 0"6’ - 0" 7’ - 0" 7’ - 0" 11’ - 0" 9’ - 0" 11’ - 0"15’ - 0" 12’ - 0" 15’ - 0" 8’ - 0" 11’ - 0" 6’ - 0"7’ - 0" 13’ - 0" 10’ - 0" 18 - 0" 13’ - 0" 20’ - 0"25’ - 0" 14’ - 0" 21’ - 0" 13’ - 0" 18’ - 0" 9’ - 0"9’ - 0" 20’ - 0" 15’ - 0" 25’ - 0" 15’ - 0" 28’ - 0" OR GREATER 2500 PSF 1500 PSF 1000 PSF 10’ - 0" »¿FOR LATERAL BEARING PRESSURE = 2500 PSF & = 34, 1500 PSF & = 28, 1000 PS »¿FOR LATERAL BEARING PRESSURE = 2500 PSF & = 23, 1500 PSF & = 18, 1000 PS GROUND SLOPE = 3H : 1V OR FLATTER TYPE FOUNDATION BEARING PRESSURE ALLOWABLE LATERAL 700 BEARING PRESSURE ALLOWABLE LATERAL BEARING PRESSURE ALLOWABLE LATERAL BEARING PRESSURE ALLOWABLE LATERAL TYPE FOUNDATION TYPE FOUNDATION TYPE FOUNDATION 700 900 1350 1500 1500135090026002300190015001350900700 GROUND SLOPE = 3H : 1V OR FLATTER 900 1350 1500 1900 2600 260023001900 260023001900 9’ - 0" 20’ - 0" 15’ - 0" 25’ - 0" 15’ - 0" 28’ - 0" 3000 XYZ (FT‡) 2300 3000 20’ - 0" 12’ - 0" 12’ - 0" 18’ - 0" 10’ - 0" 10’ - 0" 15’ - 0" 8’ - 0" 8’ - 0" 9’ - 0" XYZ (FT‡) 12’ - 0" 23’ - 0" 18’ - 0" 23’ - 0" 3000 11’ - 0" 11’ - 0" 18’ - 0" 13’ - 0" 13’ - 0" 21’ - 0" 700 XYZ (FT‡) 3000 XYZ (FT‡) FOUNDATION DEPTH "D" TABLE GROUND SLOPE = GREATER THAN 3H : 1V TO 2H : 1V GROUND SLOPE = GREATER THAN 3H : 1V TO 2H : 1V NOTES PLACEMENT DETAILS AS REQUIRED ~ SEE EARTH EMBANKMENT ALTERNATE # 1 DRILLED SHAFT-TYPE CONSTRUCTION ALTERNATE # 2 CORRUGATED METAL PIPE TYPE CONSTRUCTION STANDARD PLAN J-26.15 FOR PLACEMENT DETAILS SEE SIDEWALK OR ABOVE SOIL SURFACE ~ TOP OF FOUNDATION LEVEL W/ STANDARD PLAN J-26.15 FOR PLACEMENT DETAILS SEE SIDEWALK OR ABOVE SOIL SURFACE ~ TOP OF FOUNDATION LEVEL W/ DRAIN HOLE GROUT W / 3/8" (IN)DRAWN BY: FERN LIDDELLEXISTING GRADE FOUNDATION TRAFFIC SIGNAL STANDARD STANDARD PLAN J-26.10-03 SHEET 1 OF 1 SHEET 1 1 1 Section 2-09.3(1)E. Standard Specification of and Compaction Method 1 cation Section 8-20.3(2) Standard Specifi- ance with Fill (CDF), or with soil in accord- backfilled with Controlled-Density quired. Excavated area shall be Shoring or Extra Excavation as re- entire paper or cardboard form portion. After concrete has cured, remove the Place the concrete foundation. necessary to remain plumb. smooth finish on final exposed cement concrete. Support the form as Continue forming to full height using paper or cardboard form to achieve a The top of the corrugated metal form shall terminate 1 foot below final grade. ation area and install a 36" or 48" diameter corrugated metal (pipe) form. When the existing soil will not retain a vertical face, over-excavate the found-D"SEE TABLE FOR FDN. DEPTH "44D"SEE TABLE FOR FDN. DEPTH "4 SEE NOTE 5 SUITABLE FOR USE EMBEDDED IN CONCRETE CLAMP CONDUCTOR TO STEEL REINFORCING WITH LISTED CONNECTOR CAP BOTH ENDS. CONDUIT SIZE AND QUANTITY AS SHOWN IN THE CONTRACT; PAPER OR CARDBOARD FORM SHALL NOT STAY-IN-PLACE for details.Standard Plan J-26.15 Install Signal Foundation Identification Tag. See values provided. depth requirements may be interpolated between the For design parameters between the values listed in Table, cured, this entire form shall be removed. (such as paper or cardboard). After the concrete has The top 2 feet of the foundation shall use a smooth form shall be increased by the depth of the Media Filter Drain. Drain, the foundation depth shown in the Contract Plans Where a foundation is constructed within a Media Filter Foundation Designs. through the Engineer for SpecialStructures Office WSDOT Bridge andrequire Special Design. Contact the Foundations not within the parameters of this standard selection. between arms, use larger XYZ value for foundation depth than 90. For Double Mast Arm Standards with 90 Standards where the angle between mast arms is other Special foundation design is required for Double Arm and Double Mast Arm Standards with 90 between arms. Foundations are designed for Single Mast Arm Standards Standards with a maximum mast arm length of 65’. Foundations are designed for Type II, III, and SD Signal Life/Recurrence Interval 50 years, and Fatigue Category III. Traffic Signals. Basic wind velocity is 90 mph, Design Structural Supports for Highway Signs, Luminaires and Edition 2009 AASHTO Standard Specifications for This structure has been designed according to the Fifth 3" CLR. (TYP.) APPROVED FOR PUBLICATIONSTATEOFWASHINGT O NPROFES SIONAL ENGINEERREENIGNE LARUTCURTS 25470RICHARD P. ZEL D EN R UST APPROVED FOR PUBLICATION Washington State Department of Transportation SHEET 1 OF 1 SHEET 1 2 3 KEY NOTES 6’ - 0"1’ - 0"2’ - 8"3’ - 0"3" 6" LAYOUT BICYCLE LANE SYMBOL DETAIL BIKE LANE ARROW GENERAL NOTEDRAWN BY: MARK SUJKA4.25 SQ.FT. MARKING AREATRAFFIC1 BIKE LANE EDGE OF 2 LANE BICYCLE ‘ 3 6’ - 0"6’ - 0"6’ - 0"10.27 SQ.FT. TOTAL MARKING AREA 6’ - 0"3’ - 4" DETAIL BIKE RIDER SYMBOL 6.02 SQ.FT. MARKING AREA STANDARD PLAN M-9.50-02 LAYOUT BICYCLE LANE SYMBOL See Contract for location and material requirements. GRID IS 1" (IN) SQUARE LANE LINE Bike Rider Symbol. 2’ (ft) x 6’ (ft) White Bike Lane Arrow. Bike Rider Symbol. includes Bike Lane Arrow and Bid Item "Bicycle Lane Symbol" STATE DESIGN ENGINEERSTATEOFWASHINGT O NR EGISTEREDPROFES SIONAL ENGINEER36103 HSLAW .J NAIRB ....I ....I UJ Cl Cl :::i z 0:: UJ LL ;;.: cc I Cl 10' 30' -·1-· 10' ·1-· -l~ .. l .. l "" l ~--..,,,.~---~, --------\ YELLOW-=RLINE, CENTERLINE & LANE LINE WHITE -LANE LINE 10' l 30' 10' YELLOW NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE 10' 10' l 30' 10' l l -~j ~: -,-:~~ . ~ -~~ --------YELLOW ~ REVERSIBLE LANE LINE l 30' l 10' l "\ I 00 t \~ITE WIDE BROKEN LANE LINE SEE CONTRACT FOR LENGTH ----------------\ YELLOW OR WHITE -SEE NOTE 2 EDGE LINE & SOLID LANE LINE NOTES 1. Dotted Extension Line shall be the same color as the line it is extending. 2. Edge Line shall be white on the right edge of traveled way, and yellow on the left edge of traveled way (on one-way roadways). Solid Lane Line shall be white. 3. The distance between the lines of the Double Centerline shall be 12" everywhere, except 4" for left-turn channelization and narrow roadways with lane widths of 10 feet or less. Local Agencies (on non-state routes) may specify a 4" distance for all locations. The distance between the lines of the Double Lane Line shall be 4". I SEE CONTRACT FOR LENGTH DOUBLE CENTERLINE & DOUBLE LANE LINE SEE CONTRACT FOR LENGTH YELLOW -DBL. CENTERLINE, WHITE -DBL. LANE LINE ~~I _________ :-s __ \ WHITE WIDE EDGE LINE & WIDE SOLID LANE LINE OPTION TO USE AS Cl RC ULA TORY ON ROUNDABOUT APPLICATIONS 1· SEE CONTRACT FOR LENGTH .c ~tc DOUBLE WIDE LANE LINE WHITE SEE CONTRACT FOR LENGTH Cl~ ____ \ ___ \ YELLOW BARRIER CENTERLINE V--()./v-,<.__ Sep 23 2020 3:46 PM ~ t 1. / / / Walsh, Brian LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION ~~=,,-----STATE DESIGN ENGINEER .... VI Washington State Department of Transportation (EXI   ....I ....I w 0 0 :::i z 0:: w LL .. l 3' l 9' l 3' l 9' l 3' l "'" t \Mil~;: I ~ DOTTED LANE LINE ··fl 6• fl 6• fl··. YELLOW OR IM<ITE -' = _____ c=J_~~ SEE NOTE 1 DOTTED EXTENSION LINE Roundabout Specific Lines 3' -O" 2' O" 3' -O" "'l l -l l" ~I ~I ~~==::f-12·· WIDE DOTTED ENTRY LINE WHITE l 4' -O" l 3' -O" l 4' -O" l 3' -O" .. .. l 3' l 9' l 3' l 9' l 3' l 9' l 3' l 9' l3'l~ ~-= WIDE DOTTED LANE LINE 6' -O" 6' -O" 6' -O" 6'-O" 6' -O" ·· ·_· -·1-· _·_· _·_· -·1-· -r · ~ l __ s" WIDE DOTTED EXTE_N_S-IO_N_LI_N_E____________ ~ WHITE .. ·1_· 6-· l 3 ·1_· 6-· l 3' l 60 l" ___:_____J__ ----~ J~WORIM<ITE STRONG LANE LINE -SEE NOTE 1 OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS l 4' -O" l .. 8" p' t 1. / / / Walsh, Brian V.--{)/v-,c._ Sep 23 2020 3:50 PM LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION ~~,-----STATE DESIGN ENGINEER ... WIDE DOTTED CIRCULATING LANE LINE WHITE VI Washington State Department of Transportation (EXI   DRAWN BY: COLBY FLETCHER5’ - 0"5’ - 8"8’ - 0"1’ - 3" ‘ & LANE SYMBOL 4" 8" TRAFFIC ARROW TYPE 3SR (RIGHT) TRAFFIC ARROW TYPE 1S TRAFFIC ARROW TYPE 2SR (RIGHT) (SHOWN AT REDUCED SCALE) TYPE 2SL TRAFFIC ARROW MIRROR IMAGE OF (SHOWN AT REDUCED SCALE) TYPE 3SL TRAFFIC ARROW MIRROR IMAGE OF NOTE 8’ - 0"2’ - 8"3’ - 0"1’ - 0"8"8"2’ - 4"1’ - 6" AXIS ELLIPSE "A" 1’ - 4" 1’ - 2" 1’ - 2" 10" ~ ELLIPSE "B" AXIS ELLIPSE "A" TYPE 2SL (LEFT) TRAFFIC ARROW 8’ - 0"2’ - 8"3’ - 0"1’ - 0"8"8" 1’ - 6"1’ - 2" 10" ~ ELLIPSE "B" AXIS 1’ - 4" 1’ - 2" 1’ - 0" 2’ - 4" ELLIPSE "B" AXIS ELLIPSE "A" TRAFFIC ARROW TYPE 4S 2’ - 4"13’ - 4"2’ - 8"3’ - 0"1’ - 0"8"8" 1’ - 6" AXIS ELLIPSE "A" 1’ - 2" 10" ~ ELLIPSE "B" AXIS 4’ - 1"4’ - 7"TYPE 3SL (LEFT) TRAFFIC ARROW 7.73 SQ.FT. MARKING AREA 8.03 SQ.FT. MARKING AREA 14.83 SQ.FT. MARKING AREA 12.86 SQ.FT. MARKING AREA STANDARD PLAN M-24.40-02 SHEET 1 OF 2 SHEETS ELLIPSE "B" OF ELLIPSES CENTER POINT 7.73 SQ.FT. MARKING AREA 14.83 SQ.FT. MARKING AREA GRID IS 4" (IN) SQUARE ‘SYMBOL & LANE 3’ - 8"ELLIPSE "A" AXIS2’ - 0"ELLIPSE "B" AXIS‘ & LANE SYMBOL GRID IS 4" (IN) SQUARE OF ELLIPSES CENTER POINT 1’ - 4" 1’ - 2" ELLIPSE "A" ELLIPSE "B" 8" 1’ - 8"8"1’ - 0"3’ - 8"ELLIPSE "A" AXIS2’ - 0"ELLIPSE "B" AXISGRID IS 4" (IN) SQUARE OF ELLIPSES CENTER POINT SYMMETRICAL ABOUT ‘2’ - 4"3’ - 8"ELLIPSE "A" AXIS2’ - 0"ELLIPSE "B" AXIS‘ & LANE SYMBOL ELLIPSE "A" being placed on roadways with a posted speed limit of 40 mph or lower. Use the dimensions shown on this plan for each type of Traffic Arrow LOW-SPEED ROADWAYS TRAFFIC ARROWS FOR SYMBOL MARKINGS ~ APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER 36103 HSLAW .J NAIRB STA TEOFWASHINGT O NR EGISTEREDPROFES SIONAL ENGINEER ‘ LANE ( 2.05’)~~ ~~ 2’ - 0" 2’ - 5/8" 8" 1’ - 6 " 3’ - 6 " 6’ - 0 " »¿ 1 2’ - 0 " TRAFFIC ARROW TYPE 6SR (RIGHT) TRAFFIC ARROW TYPE 6SL (LEFT)13’ - 4"2’ - 8"3’ - 0"1’ - 0"8"1’ - 6" AXIS ELLIPSE "A" 1’ - 2" 10" ~ ELLIPSE "B" AXIS4’ - 1"4’ - 7"8" TYPE 7S TRAFFIC ARROW5’ - 4"2’ - 4"(SHOWN AT REDUCED SCALE) (MIRRORED ABOUT LANE CENTERLINE) MIRROR IMAGE OF TYPE 6SL 19.58 SQ.FT. MARKING AREA 15.94 SQ.FT. MARKING AREA 15.94 SQ.FT. MARKING AREA SHEET 2 OF 2 SHEETS STANDARD PLAN M-24.40-02 DRAWN BY: COLBY FLETCHER»¿ ‘SYMBOL 2’ - 0"2’ - 0"ELLIPSE "B" AXISOF ELLIPSES CENTER POINT 3’ - 8"ELLIPSE "A" AXIS‘SYMMETRICAL ABOUT GRID IS 4" (IN) SQUARE "A" ELLIPSE 1’ - 2" 1’ - 4" 8" 4’ - 8" 2’ - 4"1’ - 0" ‘ & LANE SYMBOL "B" ELLIPSE LOW-SPEED ROADWAYS TRAFFIC ARROWS FOR SYMBOL MARKINGS ~ APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER 36103 HSLAW .J NAIRB STA TEOFWASHINGT O NR EGISTEREDPROFES SIONAL ENGINEER Appendix E Franchise Utility Plans and Standards P01NE 7TH ST P01NE 7TH ST N Vicinity Map 101120019ARE TO BE INSTALLED, CROSS SECTION DETAILS OF THE TYPICAL EROSION STRUCTURES, & SPECIAL REQUIREMENTS FOR WORK IN SENSITIVE AREAS.) EROSION & SEDIMENT CONTROL REQUIREMENTS NOTES DETAILING WHERE EROSION OR SEDIMENT CONTROL STRUCTURES(LOCAL JURISDICTIONS MAY HAVE ADDITIONAL REQUIREMENTS INCLUDING 0150.3200 TECHNIQUES FOR TEMPORARY EROSION & SEDIMENT CONTROL EROSION & SEDIMENT CONTROL SHALL BE PER PSE STANDARD PRACTICE & ANY ADDITIONAL LOCAL JURISDICTION REQUIREMENTS. FOREMAN (CHECK BOX WHEN COMPLETED) PSE Equipment LOCKED/SECURED & Work Area left in CLEAN/SAFE Condition. Grid, Cable, and Switch numbers INSTALLED & VERIFIED.Field Changes RED-LINED on As-built. Indicate correct FUSE SIZE on As-built & VERIFY proper PHASE. Foreman's Signature _______________________________________________ Print Name ___________________________________ Date ______________ Material VERIFIED and CHANGES noted on Paperwork. Total PRIMARY Cable noted on As-built. Company ID#'s RECORDED in correct location on As-built. Deviations noted on the As-built and their reason. I certify that the work performed meets PSE's standards and procedures and that all quality requirements are met. Yes Yes Yes "Flagging Required" "Outages Required" "Locates Required" LEGEND EXISTING PROPERTY LINE EXISTING UG RISER NEW UG RISER SVC STUB J-BOX NEW TRENCH LINE EXIST. 3Ø WIRE EXISTING CENTER LINE EXISTING CONDUCTOR TO BE REMOVED DISCONNECT - FUSED EXIST. 1Ø WIRE EXISTING RIGHT OF WAY PROPOSED PULL VAULT EXISTING POLE DOWN GUY EXISTING SECONDARY SERVICE LINE DISCONNECT - UNFUSED EXISTING STREETLIGHT NEW POLE PROPOSED PADMOUNT TRANSFORMER EXISTING PADMOUNT TRANSFORMER PROPOSED TOTAL UNDERGROUND TRANSFORMER EXISTING TOTAL UNDERGROUND TRANSFORMER HANDHOLE PRIMARY METERING POINT RENTON DUVALL AVE NE SCHEDULE 74 OH TO UG CONVERSION PSE GENERAL SPECIFICATIONS Scope of Work - OH to UG conversion along Duvall Ave NE between NE 7th Pl and NE Sunset Blvd. General -All work is to be completed per PSE Standards & Practices. Copies of all PSE Standards are available upon request. -Work sites shall be kept clear of debris and all construction materials; equipment and packing shall be removed daily. -Return all unused and removed poles, transformers and hardware to PSE, storeroom. All copper shall be coiled and returned the day it is removed from the poles. Remove all unused pins and insulators. -Return all streetlights, area lights and floodlights to Sumner yard. Pre-Construction -Notify appropriate city, County or DOT authorities 48 to 72 hours, or as required by permitting agency, in advance of starting work in Right-of-way involving a Permit. -All system switching shall be approved by System Operations (425-882-4652) a minimum of 48 hours in advance. -Notify customers of all outages 48 hours in advance. Work Drawings & Documents -PSE Project Manager or Engineer shall approve field design changes. -Mark all field changes, equipment ID numbers and Underground cable information in red on Foreman's copy of work sketch. -Return one Foreman's copy of work sketch to Project Manger at completion of job. -When permits are required, a copy of the permits shall be available on work site at all times. Safety - efer to PSE standards 6275.3000 for requirements on System Grounding -Refer to PSE standards 6275.9210, 6275.9230 and 6275.6250 for personal protective grounding requirements. -Refer to PSE standards 6275.9150 for vehicle grounding and barricading requirements. -Proper line clearances shall be taken at the beginning, and released at the end, of each workday, or as otherwise instructed by the System Operator. -Provide signs, barricades, and traffic control in conformance with permit regulations. -Utilize flagging and other vehicle traffic control as necessary and in conformance with local traffic regulations. -Maintain traffic flow as required by permitting agency. Joint Facilities -Coordinate with Communication Companies for transfers. OVERHEAD CONSTRUCTION Poles & Structures -Poles are to be installed or relocated as staked. Unless otherwise noted, all pole location measurements are from the center of the pole. -All new poles set shall be the class indicated on the sketch, or better. Do not set a lower class pole than specified. -Install ground plate assembly on all new poles. Install Switch Ground Assembly per standard specification 6014.1000 at new gang operated switch locations. -Install grid numbers on all new and existing poles as shown on sketch. -Straighten existing poles as indicated or as necessary. -Treat all field-drilled poles with copper napthenate wood preservative. -Remove old poles after communication companies have transferred off and return to PSE storeroom. Fill and crown pole holes and restore the area similar to adjacent landscaping. Conductors & Equipment -Transfer all overhead and underground primary, secondary and service conductors and guys to new poles set, unless otherwise indicated on this sketch. -Transfer existing transformers to new poles unless otherwise indicated on this sketch. -Use stirrups to connect all overhead and underground primary taps, and all transformers. Install at all sites being worked within the scope of the project where they are currently missing. - For 12vK construction, install avian protection with #4 CU-covered jumpers (MID#9998076) and #4 SD Aluminum covered tie-wire (MID#8309760). For 34vK construction use bare wire primary jumpers with pre-formed helical-grip ties and avian protection devices when required per Std. 6015.2000. Jumpers for poles that are double dead ended with tree wire can be either the same size tree wire conductor or covered CU. -Apply grit inhibitor on all Ampact, stirrup, and dead-end connections. -Connect primary taps and transformers to same phase as existing unless otherwise shown on the drawing. -All neutral connections to be made with solid compression connectors. Connect all pole grounds to common neutral. -Use Load-interrupter cutouts (with arc shields) on all primary overheads and underground taps with fused protection above 40T. -Install Wildlife Protectors on all transformers. Cable Tags and Pulling -Primary Underground Cable Identification Tag installation shall conform to PSE standards 6825.6050. -Cable Pulling shall conform to PSE standards 6825.6100 and 6825.6150 RESPONSIBILITIES OF THE CITY Documentation -The city and their contractor shall attend a pre-construction meeting specifically for installation of bare duct and vault system. -PSE will provide to the city contractor with construction plans for the installation of PSE duct and vault system. -All installations shall conform to specifications contained in this document and all relevant PSE standards. Safety -Field changes shall be pre-approved by PSE or designated representative prior to construction with proof of acceptance required prior to PSE acceptance of completed duct and vault system. -The city contractor shall not access energized power vaults without the assistance of PSE line workers. Trench and Excavation -The city contractor shall not expose energized power conductors (direct buried or in conduit) without the assistance of PSE line workers. -The city shall provide all trench excavation and backfill for the installation of new or modified PSE underground distribution system within the construction area. -All trench excavation shall conform to PSE standards 6790.0075, 6790.0130, 6790.0140, 6790.0250, and 6790.3050. -PSE plans show general trench alignment. They do not show specific cross sections with existing or proposed other utilities. It is the City's responsibility to install PSE facilities at necessary depths to avoid and provide required clearances to other existing or proposed utilities. -Construct the shared utility trench where the various utilities can transition in and out of the trench line in an orderly fashion without altering duct bank alignments of other utility. Separation of crossing utilities sharing the common utility trench is 6”. -After the new underground system is installed an energized, additional excavation may be necessary to re-train existing underground cables into the new vaults. This excavation will be provided by the city with 48 hours notice. - Placement of other utility vaults within the trench line alignment encumbering access to PSE facilities is not allowed. - If four or more six inch conduits are installed in a trench, fluidized thermal backfill (FTB) shall be installed around the conduits to a depth of six inches above and to the sides of the conduit, and two inches underneath, per PSE Standard 6790.0140. Vault Installation -City shall install PSE vaults in accordance with PSE standards 6775.0035 and 6775.0040. -Vault hole excavation shall be prepared level and free of debris with a minimum 6” base of crushed rock to prevent vault settling. -PSE Vaults in planter areas shall be set 2” above final grade. -PSE Vaults in hard surface locations such as sidewalks shall be adjusted to match finished grade prior to the installation of PSE conductors and equipment. Maximum adjustment up is 5”- more than 5” require and additional riser. - Note: The city contractor will not be allowed to make vault adjustments after PSE conductors and equipment are energized. PSE line crew will perform the adjustments on a change order basis. -City shall provide all surveying necessary to assure all PSE vaults are installed in the alignment location specified in this document. The city shall be responsible for establishing grade elevation for PSE vaults. -All PSE vaults shall be clean and clear of construction debris with all knockouts and cover adjustments grouted to PSE satisfaction prior to PSE accepting delivery of bare conduit & vault system. Conduit Installation -All PSE conduit installations shall conform to PSE standards 6800.6000, 6800.8050, and 6825.6505. -All conduits shall be routed and installed per conduit tables, installation diagrams, and details in this work sketch. -The city shall proof every PSE conduit run prior to final PSE acceptance. Proofing is defined as pulling a mandrel of the same diameter through the conduit. Mule tape provided by PSE shall be pulled in behind the mandrel in each conduit run as evidence of proofing. A plug shall be installed in all spare conduits. -All conduits entering PSE vaults shall be through the appropriate knockouts to ensure proper cable lay. Vault entries causing cables to cross each other in the vault, or lay in the vault unevenly, will be rejected and corrected at the expense of the city contractor. - All conduit entries into PSE vault shall be straight and level with a minimum of 6' straight section outside the vault wall and 2” on conduit extending into the vault with bell ends installed. - PSE conduits shall be placed in the trench maintaining a minimum of 1-1/2” of separation. Use conduit spacers (provided by PSE) every 10'. -PSE conduit runs shall be placed straight and level. Should it become necessary to alter conduit alignments to avoid other utilities the maximum bend radius allowed is 22-1/2 degrees. Bend radius greater than 22-1/2 degrees require prior approval from PSE engineering representatives. -All PSE conduits shall be placed with the minimum separation between other utility facilities as specified in PSE standard 6790.0130. Refer to the typical utility trench cross section detail in this work sketch. -All PSE conduits shall have a minimum of 36” of cover. Cover of less than 36” is permissible on a case by case basis provided that such installations adhere to PSE standard 6790.0130 figure 2. Pre-approval by PSE engineering representatives is required. -City installed empty conduit is not able to be located by normal means. It is the City's responsibility to note the location and depth of the installed conduit and protect it from damage by themselves or others throughout the duration of the project. Materials -The city shall not backfill PSE facilities until authorized by the PSE Inspector. -City shall be responsible for the security all PSE materials delivered to the job site. -The city contractor shall sign material manifest slips for all PSE materials delivered to the job site. -Initial delivery of PSE materials to the job site requires 10 days minimum advanced notice to PSE storeroom. -After the initial delivery of materials subsequent bulk material deliveries to the job site by PSE vendors require a minimum of 5 days- advanced notice to PSE storeroom. -PSE representatives will provide delivery of all miscellaneous material necessary for duct & vault installation, such as couplings, glue, bends, etc., with minimum 3 days advanced notice to the PSE storeroom. -City shall provide equipment and labor necessary to off load material on site. -All vaults will be delivered by the manufacture to the job site as follows: --575 and smaller with a minimum 3 days advanced notice to PSE storeroom. --5106 and larger with a minimum 5 days advanced notice to PSE storeroom. -If vault excavation is not ready when vaults are delivered, city contractor will provide necessary equipment to install vaults. Install mastic sealant between the sections of mult-section vaults (sealant provided by manufacturer). -All unused material shall be returned to PSE stores and reconciled after PSE duct & vault installations are complete. Inspection -PSE will provide an Inspector during city contractor installation of PSE bare duct and vault system. -The roll of the PSE Inspector is limited to verification of compliance to all relevant PSE standards and practices. The PSE Inspector will not approve changes to planned PSE facility locations or change orders. -The PSE Inspector will be the contact for all issues concerning installation of bare duct and vault system for PSE and provide a liaison between the field and engineering for change requests. -The city shall provide the PSE Inspector the means (survey staking) to verify proper depth of burial and location for all PSE facilities to the satisfaction of the PSE Inspector on site. If the Inspector is unable to verify proper depth of burial, location, or grade of PSE facilities a non-compliance document will be issued effecting PSE final acceptance of city installed facilities for PSE. Owner / Developer Contact Info officeATTN: FLORA LEE CITY OF RENTON FLEE@RENTONWA.GOV 425-430-7303PHONE CABLE TV 11504976 101120019 583061726 108113555 PROJECT PHASE PWR NOTIF#ORDER# Superior UG Expense Removal OH Expense 593207689 594127951 OH Expense E-Mail: Cell Phone: Project Manager Contact Information: Manager:HONG NGUYEN 425-449-6609 HONG.NGUYEN@PSE.COM THIS SKETCH NOT TO BE RELIED UPON FOR EXACT LOCATION OF EXISTING FACILITIES CALL 811 TWO BUSINESS DAYS BEFORE YOU DIG For contacts below dial 1-888-CALL PSE (225-5773) UTILITIES CONTACT PHONE# COUNTY 1/4 SEC U-MAP NO (POWER) OP MAP Emer Sect Gas Wk Ctr POWER WK CTR PLAT MAP JOINT FACILITIES ARRANGEMENTS DRAWN BY CHECKED BY APPROVED BY FOREMAN #1 FOREMAN #2 MAPPING INCIDENT MAOP Gas Order Elect Order SCALE PAGE ENGR - POWER ENGR - GAS FUNCTION PROJECT MGR PERMITREAL ESTATE/EASEMENT 2 1 REV# 3 DATE DESCRIPTIONBY CONTACT PHONE NO DATE OH CKT MAP CIRCUIT NOUG CKT MAP HONG NGUYEN 425-449-6609 9/13/19 KEANG LIM 253-395-6916 9/13/19 N/A N/A N/A KEANG LIM 253-395-6916 9/13/19 REQUIRED CITY OF RENTON RENTON DUVALL AVE NE SCH74 OH TO UG CONVERSION 1100 DUVALL AVE NE RENTON, WA 98059 N/A N/A N/A 101120019 AS NOTED 1/6 KING N/A N/A CSPSKEPI S10 T23 R05E N/A N/A 2305E011, 37 2305E040 N/A PRE-14 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A JOB SITE 141..Fiber Dennis Booth 425-417-9188 101120019SCALE: NONE OVERHEAD CIRCUIT MAP (2305E040) UNIVERSAL CIRCUIT MAP (2305E011, 38) SCALE: NONE UTILITIES CONTACT PHONE# COUNTY 1/4 SEC U-MAP NO (POWER) OP MAP Emer Sect Gas Wk Ctr POWER WK CTR PLAT MAP JOINT FACILITIES ARRANGEMENTS DRAWN BY CHECKED BY APPROVED BY FOREMAN #1 FOREMAN #2 MAPPING INCIDENT MAOP Gas Order Elect Order SCALE PAGE ENGR - POWER ENGR - GAS FUNCTION PROJECT MGR PERMITREAL ESTATE/EASEMENT 2 1 REV# 3 DATE DESCRIPTIONBY CONTACT PHONE NO DATE OH CKT MAP CIRCUIT NOUG CKT MAP HONG NGUYEN 425-449-6609 9/13/19 KEANG LIM 253-395-6916 9/13/19 N/A N/A N/A KEANG LIM 253-395-6916 9/13/19 REQUIRED CITY OF RENTON RENTON DUVALL AVE NE SCH74 OH TO UG CONVERSION 1100 DUVALL AVE NE RENTON, WA 98059 N/A N/A N/A 101120019 AS NOTED 2/6 KING N/A N/A CSPSKEPI S10 T23 R05E N/A N/A 2305E011, 37 2305E040 N/A PRE-14 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A UNIVERSAL CIRCUIT MAP (2305E011, 38) SCALE: NONE JOB SITE JOB SITE JOB SITE Dennis Booth 425-417-9188 GROUND ROD 895+00896+00897+00898+00EXIST OH SL SVC318416 167323 318394 167322DUVALL AVE NE"809" "818" "824" "815" "821" "830" "836" "842" "848" MATCHLINE - STA 895+00 PAGE 3 MATCHLINE - STA 898+50 PAGE 3 P03 EXIST P04 EXIST 899+00900+00NE 9TH ST J02 318434 167331 EXIST AØ32945 BØ32946 EXIST OH SL SVCSLAH3608 DUVALL AVE NER/WNEW 3-4"R/W"861" FB1 318433 167331 NEW MATCHLINE - STA 898+50 PAGE 3 BREAKLINE TO STA 916+50 PAGE 4 UTILITY EASEMENTNEW 2-4" NEW 1-4"139TH AVE SEJ 318387 167343 318430 167385 50kVA 120/240v PRE-14 CØ32949PRE-14318417 167351 37.5kVA 120/240vCØ32947 CØ32948P05 318435 167323 EXIST 892+00893+00894+00895+00NE 8TH ST NE 7TH PLDUVALL AVE NE"4704" "800" "806" P01 318357 167324 EXIST P02 318373 167324 REMV 15T UNK #2 ACSRABM906-B EXIST OH SVCJ01 318372 167324 NEW HH1 NEW R/W#2 ACSR NEW 1-2", 2-4" NEW 1-2" INTERCEPT SPARES IF FOUND NEW 1-3" "803" "CITY OF RENTON" "809" NEW 3-4" "812" R/W PRE-14 IP01 NEW 1-4" FIBER MATCHLINE - STA 895+00 PAGE 3 V02 318386 167308 EXIST 25kVA 120/240v T83471 EXISTING OH TPX NEW 1-2", 1-4" NEW 2-4" N.O. SITE PLAN 101120019SCALE: 1" = 20' UTILITIES CONTACT PHONE# COUNTY 1/4 SEC U-MAP NO (POWER) OP MAP Emer Sect Gas Wk Ctr POWER WK CTR PLAT MAP JOINT FACILITIES ARRANGEMENTS DRAWN BY CHECKED BY APPROVED BY FOREMAN #1 FOREMAN #2 MAPPING INCIDENT MAOP Gas Order Elect Order SCALE PAGE ENGR - POWER ENGR - GAS FUNCTION PROJECT MGR PERMITREAL ESTATE/EASEMENT 2 1 REV# 3 DATE DESCRIPTIONBY CONTACT PHONE NO DATE OH CKT MAP CIRCUIT NOUG CKT MAP HONG NGUYEN 425-449-6609 9/13/19 KEANG LIM 253-395-6916 9/13/19 N/A N/A N/A KEANG LIM 253-395-6916 9/13/19 REQUIRED CITY OF RENTON RENTON DUVALL AVE NE SCH74 OH TO UG CONVERSION 1100 DUVALL AVE NE RENTON, WA 98059 N/A N/A N/A 101120019 AS NOTED 3/6 KING N/A N/A CSPSKEPI S10 T23 R05E N/A N/A 2305E011, 37 2305E040 N/A PRE-14 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Vault & Equipment Table Site Working Space Grid Number Vault Size & Cover Type & Size Equipment In Vault Primary Bushings Transformer ID Numbers (Company ID) MATERIAL INFORMATION ASBUILT INFORMATION Foreman-CompleteLBDC J01 NEW 318372 167324 4'8"X7'X5' w/ (2) 3' Sq Doors Mat ID: 7663200 J-Box below grade w/ 4-pos J-Bus Mat ID: 7625900 5 7 JBOX15L INSTALL 5-ELB10J INSTALL 7 DC-7630600 J02 EXISTING 318434 167331 3 -INSTALL 3-ELB10J FB1 NEW 318443 167331 SEE DETAIL (PAGE 6) SITE SPECIFIC NOTES: P01-EXISTING 318357-167324 INSTALL 12kV 1Ø TERM, LB (TSU1C1) [6043.1000] INSTALL SWITCH #T83471 FUSE @ 25T (3412400) INSTALL (2) 4" CONDUIT RISERS (RIS4CSS) [6042.1000] CAP (1) SPARE 4" CONDUIT RISERS 10' UP POLE INSTALL (1) 2" CONDUIT RISER (RIS2CSS) [6042.1000] INSTALL (1) 3" CONDUIT RISER (RIS3CSS) [6042.1000] IP01 EXPOSE AND INTERCEPT EXISTING 1-4" CONDUIT AND EXTEND EAST TO J01 SECONDARY HH TABLE Site Vault Size & Cover Type & Size Equipment in Vault REMARKS HH1 HH14350AS (1Ø) With 2'-4" sq AS Cover PER STD 6050.2020 (3) 4 Position Connector MAT ID: 7651005 INSTALL 3-POS CONNECTOR BARS NOTE: Per Standard 6050.2000 all metal lids of secondary hand holes must be grounded. CABLE REMOVAL SCHEDULE CABLE NO. LOCATIONS CABLE (LF) EST CABLE TYPE YEAR INST FROM TO BØABM906 P02 V02 295 1/0 AL JKT 295' (1/0 AL JKT) ACTUAL________Removed POLE RETIREMENT TABLE TEMP TRANSFERS ST. LIGHT TRANSFERS SITE # POLE DATA POLE TEL TV FIBER TRAN RMVD ID NUMBER GRID #HEIGHT CLASS YEAR TOPPED RMVD P02 318373-167324 40 4 WIRE REMOVAL TABLE Location Wire Size & Type Quantity Length (per circuit)RemarksFromTo P01 P02 #2 ACSR 1 180 P01 P02 OH SEC TPX 1 180 P02 P03 OH SEC TPX 1 270 P03 P04 OH SEC TPX 1 265 P04 P05 OH SEC TPX 1 180 180 Total Feet (#2 ACSR) Removed 895 Total Feet (OH SEC TPX) Removed Dennis Booth 425-417-9188 917+00918+00919+00920+00"1155" "1160" P07 318612 167316 EXIST P06 318612 167326 RELC 75kVA 120/240v#2 ACSRE X O H S V C J03 318611 167326 NEW NE 12TH ST "1155" J04 318628 167330 NEW P08 318629 167330 REMV 25T UNK EXIST UG SVC EXIST 115kV HH2 NEW J05 318633 167328 EXIST 318630 167312 42158-B "1332"30469-C R/WR/WR/WDUVALL AVE NENEW 1-3", 1-4" EXIST OH SVC NEW 2-4", 1-3" 318630 167300 NEW 2-4" BREAKLINE TO STA 900+00 PAGE 3 MATCHLINE - STA 920+00 PAGE 4 NEW 1-2" NEW 2-4", 2-6" J06 EXIST NEW 2-4" NEW 1-3" EX O H S V C NEW 1-3" TRANSFER 318610 167332 5' X 15' EASEMENT 5' X 25' EASEMENT 42134-A 42135-B 42136-CPRE-14 PRE-14DWY920+00921+00"4621"DUVALL AVE NEJ05 EXIST 318630 167312 42155-A 42156-B 42157-C "1332" 318644 167315 J07 REMV 318644 167314 J08 NEW AAS310-A AAS311-B AAS312-C 30467-A 30468-B 30469-C R/WR/WV03 318650 167308 EXIST 500kVA 120/208v MATCHLINE - STA 920+00 PAGE 4 NEW 2-4", 2-6" J06 EXIST 30464-A 30465-B 30466-C IP04 IP02 318650 167295 J09 EXIST 5' X 15' EASEMENT IP03 42134-A 42135-B 42136-C PRE-14 PRE-14PRE-14PRE-14SITE PLAN 101120019SCALE: 1" = 20' UTILITIES CONTACT PHONE# COUNTY 1/4 SEC U-MAP NO (POWER) OP MAP Emer Sect Gas Wk Ctr POWER WK CTR PLAT MAP JOINT FACILITIES ARRANGEMENTS DRAWN BY CHECKED BY APPROVED BY FOREMAN #1 FOREMAN #2 MAPPING INCIDENT MAOP Gas Order Elect Order SCALE PAGE ENGR - POWER ENGR - GAS FUNCTION PROJECT MGR PERMITREAL ESTATE/EASEMENT 2 1 REV# 3 DATE DESCRIPTIONBY CONTACT PHONE NO DATE OH CKT MAP CIRCUIT NOUG CKT MAP HONG NGUYEN 425-449-6609 9/13/19 KEANG LIM 253-395-6916 9/13/19 N/A N/A N/A KEANG LIM 253-395-6916 9/13/19 REQUIRED CITY OF RENTON RENTON DUVALL AVE NE SCH74 OH TO UG CONVERSION 1100 DUVALL AVE NE RENTON, WA 98059 N/A N/A N/A 101120019 AS NOTED 4/6 KING N/A N/A CSPSKEPI S10 T23 R05E N/A N/A 2305E011, 37 2305E040 N/A PRE-14 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Vault & Equipment Table Site Working Space Grid Number Vault Size & Cover Type & Size Equipment In Vault Primary Bushings Transformer ID Numbers (Company ID) MATERIAL INFORMATION ASBUILT INFORMATION Foreman-CompleteLBDC J03 NEW 318611 167326 4'8"X7'X5'8" w/ (2) 3' Anti-Skid Doors Mat ID: 9996162 J-Box below grade w/ 4-pos J-Bus Mat ID: 7625900 4 8 JBOX3AS INSTALL 4-ELB10J INSTALL 8 DC-7630600 J04 NEW 318628 167330 4'8"X7'X5'8" w/ (2) 3' Anti-Skid Doors Mat ID: 9996162 J-Box below grade w/ 4-pos J-Bus Mat ID: 7625900 6 6 JBOX3AS INSTALL 6-ELB10J INSTALL 6 DC-7630600 J05 EXISTING 318633 167328 504 Vault 3 -INSTALL 3-ELB10J J06 EXISTING 318630 167312 504 Vault -- J07 REMOVE 318633 167328 504 Vault -- J08 NEW 318644 167314 4'8"X7'X5'8" w/ (2) 3' Anti-Skid Doors Mat ID: 9996162 J-Box below grade w/ 4-pos J-Bus Mat ID: 7625900 9 3 JBOX3AS INSTALL 9-ELB10J INSTALL 3 DC-7630600 V03 EXISTING 318650 167308 PM XFMR 500kVA 120/208v 3 - J09 EXISTING 318650 167295 3 -INSTALL 3-ELB10J SITE SPECIFIC NOTES: P06-NEW 318612-167326 INSTALL NEW 45' CL3 DISTRIBUTION POLE (PD453) [6010.1000] INSTALL 12kV 1Ø TERM, LB, ONE TRF (TSU1C1WT) [6043.1003] INSTALL NEW SWITCH #T83472 FUSE @ 40T (3412500) INSTALL (2) 3" CONDUIT RISERS (RIS3CSS) [6042.1000] INSTALL (1) 2" CONDUIT RISERS (RIS2CSS) [6042.1000] TRANSFER 75kVA TRANSFORMER WITH FUSE AND CUTOUT FROM OLD POLE INSTALL NEW GRID NUMBERS TRANSFER OH SVC P07-EXISTING SERVICE POLE TO REMAIN 318612-167316 INSTALL (1) 3" CONDUIT RISER (RIS3CSS) [6042.1000] INSTALL (1) 4" CONDUIT RISER (RIS4CSS) [6042.1000] CAP 10' UP THE POLE IP02 EXPOSE AND INTERCEPT EXISTING 1-4" CONDUIT AND EXTEND WEST TO J08 EXTEND ANY SPARE CONDUITS IF FOUND IP03 EXPOSE AND INTERCEPT EXISTING 1-4" CONDUIT AND EXTEND EAST TO J08 IP04 EXPOSE AND INTERCEPT EXISTING 1-4" CONDUIT AND EXTEND EAST TO J08 POLE RETIREMENT TABLE TEMP TRANSFERS ST. LIGHT TRANSFERS SITE # POLE DATA POLE TEL TV FIBER TRAN RMVD ID NUMBER GRID #HEIGHT CLASS YEAR TOPPED RMVD P06 318612-167326 45 3 1969 SLAT3970 P08 318629-167330 65 1 1967 WIRE REMOVAL TABLE Location Wire Size & Type Quantity Length (per conductor)RemarksFromTo P06 P07 1/0 TRIPLEX 1 190' P06 P08 #2 ACSR 3 175' Total Feet (Wire Size & Type) Removed CABLE REMOVAL SCHEDULE CABLE NO. LOCATIONS CABLE (LF) EST CABLE TYPE YEAR INST FROM TO BØ42158 P08 J05 135 1/0 AL JKT AØ30467 J06 J07 115 1/0 AL JKT BØ30468 J06 J07 115 1/0 AL JKT CØ30469 J06 J07 115 1/0 AL JKT Total Feet 480 (1/0 AL JKT) ACTUAL________Removed SECONDARY HH TABLE Site Vault Size & Cover Type & Size Equipment in Vault REMARKS HH2 HH14350AS (1Ø) With 2'-4" sq AS Cover PER STD 6050.2020 (3) 4 Position Connector MATID: 7651005 NOTE: Per Standard 6050.2000 all metal lids of secondary hand holes must be grounded. Dennis Booth 425-417-9188 P01 EXIST H J HH1 NEW J01 NEW IP01 H J J JJ IP02 J NEW 1-3" V02 EXIST J02 EXIST FB1 NEW P07 EXIST BREAKLINE J STA 916+50 J03 NEW J08 NEW J06 EXIST J05 EXIST HH2 NEW J04 NEW P06 RELC NE 12TH ST NE 9TH ST EXIST 1-2" NEW 2-4" NEW 2-4" NEW 2-6" EXIST 1-4" NEW 1-3" NEW 1-4 FIBER" NE 8TH ST NEW 1-2" NEW 2-4" NEW 1-4" NEW 1-2" NEW 2-4" NEW 1-2"& 1-4" SPARE 1-4" FB J J09 EXIST EXIST 1-4" IP03 NEW 1-4" V03 EXIST IP04 EXIST 1-4" NEW 1-3" N.O. EXIST 1-2" P01 EXIST H J HH1 NEW J01 NEW J J JJ J V02 EXIST J02 EXIST BREAKLINE STA 916+50 J06 EXIST J05 EXIST J04 NEW NE 12TH ST NE 9TH ST 350 TPX NEW 350 TPLX EIJ529-B NE 8TH ST EIJ530-B EIJ535-AEIJ536-BEIJ537-C EIJ534-B EIJ541-AEIJ542-BEIJ543-C EIJ538-AEIJ539-BEIJ540-C J J09 EXIST V03 EXIST J08 NEWEIJ544-AEIJ545-BEIJ546-C EIJ547-AEIJ548-B EIJ549-C CONDUIT ONLY H J J03 NEW HH2 NEW P06 RELC NEW 350 UG TPLX P07 EXIST EIJ531-AEIJ532-B EIJ533-C 32945-A 32946-B N.O.PRE-14PRE-14CONDUIT DIAGRAM 101120019SCALE: NONE UTILITIES CONTACT PHONE# COUNTY 1/4 SEC U-MAP NO (POWER) OP MAP Emer Sect Gas Wk Ctr POWER WK CTR PLAT MAP JOINT FACILITIES ARRANGEMENTS DRAWN BY CHECKED BY APPROVED BY FOREMAN #1 FOREMAN #2 MAPPING INCIDENT MAOP Gas Order Elect Order SCALE PAGE ENGR - POWER ENGR - GAS FUNCTION PROJECT MGR PERMITREAL ESTATE/EASEMENT 2 1 REV# 3 DATE DESCRIPTIONBY CONTACT PHONE NO DATE OH CKT MAP CIRCUIT NOUG CKT MAP HONG NGUYEN 425-449-6609 9/13/19 KEANG LIM 253-395-6916 9/13/19 N/A N/A N/A KEANG LIM 253-395-6916 9/13/19 REQUIRED CITY OF RENTON RENTON DUVALL AVE NE SCH74 OH TO UG CONVERSION 1100 DUVALL AVE NE RENTON, WA 98059 N/A N/A N/A 101120019 AS NOTED 5/6 KING N/A N/A CSPSKEPI S10 T23 R05E N/A N/A 2305E011, 37 2305E040 N/A PRE-14 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Primary Cable & Conduit Table (Foreman to Complete) LOCATION CONDUIT PRIMARY CABLE QTY OF LUBE (gal.)AS BUILT INFORMATION From To Size (in) Qty Design Length (ft) Actual Length (ft) TYPE BENDS PULL (lbs) PULL Rev (lbs) Cable Size Design Length (ft) Actual Length (ft) CABLE NUMBERS MANUFACTURING INFORMATION FOR FEEDER CABLE ONLY Check applicable box DB120 HDPE SCH 80 90°45°22°11°A B C Manufacturer Compound Year Tape CN #4/0 NEU Design As Built Actual Amount Installed (Conduit & Cable) P01 J01 2 1 180 X 1 2 1/0 AL JKT 185 EIJ529 P01 J01 4 1 180 X 1 2 CONDUIT ONLY P01 FB1 4 1 765 CONDUIT ONLY IP01 J01 2 1 20 X 2 CONDUIT ONLY J01 V02 CABLE ONLY 1/0 AL JKT 300 EIJ530 J01 J02 4 2 605 X 2 2 1 1/0 AL JKT 610 EIJ531 EIJ532 EIJ533 NORMAL OPEN AT J01 P06 J03 2 1 5 X 1 1/0 AL JKT 15 EIJ534 J03 P07 4 1 85 CONDUIT ONLY J03 J04 4 2 170 X 4 1/0 AL JKT 175 EIJ535 EIJ536 EIJ537 J04 J05 4 2 140 X 1 2 1/0 AL JKT 145 EIJ538 EIJ539 EIJ540 J05 J06 4 2 120 X 1 CONDUIT ONLY J05 J06 6 2 120 X 1 CONDUIT ONLY IP02 J08 4 1 15 X CONDUIT ONLY J06 J08 CABLE ONLY 1/0 AL JKT 130 EIJ541 EIJ542 EIJ543 IP03 J08 4 1 20 X CONDUIT ONLY J08 J09 CABLE ONLY 1/0 AL JKT 180 EIJ544 EIJ545 EIJ546 IP04 J08 4 1 20 X 1 CONDUIT ONLY J08 V03 CABLE ONLY 1/0 AL JKT 80 EIJ547 EIJ548 EIJ549 TOTAL 6 240 2 TOTAL4315572012 500 1/Ø 2 205 4 3 1320 3/Ø Secondary Cable & Conduit Table LOCATION CABLE Assumed Lot Corner CONDUIT VOLTAGE DROP VOLTAGE FLICKER ASBUILT INFORMATION SIZE LENGTH Design (ft) SIZE LENGTH Design (ft) BENDS Foreman - Complete FROM TO (1/0,4/0,350)to Meter(ft)(in)90°45°22°11°(Percent)(Percent)Actual Amount Installed (Conduit & Cable) P01 HH1 350 40 3 10 1 1 P06 HH2 350 230 3 200 1 5 4 P06 P07 350 120 3 90 2 1 2 TOTAL 390 TOTAL 300 4 2 5 6 CABLE ONE-LINE DIAGRAM SCALE: NONE Dennis Booth 425-417-9188 101120019UTILITIES CONTACT PHONE# COUNTY 1/4 SEC U-MAP NO (POWER) OP MAP Emer Sect Gas Wk Ctr POWER WK CTR PLAT MAP JOINT FACILITIES ARRANGEMENTS DRAWN BY CHECKED BY APPROVED BY FOREMAN #1 FOREMAN #2 MAPPING INCIDENT MAOP Gas Order Elect Order SCALE PAGE ENGR - POWER ENGR - GAS FUNCTION PROJECT MGR PERMITREAL ESTATE/EASEMENT 2 1 REV# 3 DATE DESCRIPTIONBY CONTACT PHONE NO DATE OH CKT MAP CIRCUIT NOUG CKT MAP HONG NGUYEN 425-449-6609 9/13/19 KEANG LIM 253-395-6916 9/13/19 N/A N/A N/A KEANG LIM 253-395-6916 9/13/19 REQUIRED CITY OF RENTON RENTON DUVALL AVE NE SCH74 OH TO UG CONVERSION 1100 DUVALL AVE NE RENTON, WA 98059 N/A N/A N/A 101120019 AS NOTED 6/6 KING N/A N/A CSPSKEPI S10 T23 R05E N/A N/A 2305E011, 37 2305E040 N/A PRE-14 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 2" to 3" Excavation - 24 cubic yards SIDE VIEW 6'-4" to 6'-5"Crushed 6" Rock TOP VIEW 9' 11' 7'-0" 4'-0" 8" 4'-8" Final Grade (Pavement) 1'-0" Tubes for 1" Adjustable Cover Section 1835 lbs 4760 lbs (2) 3' SquareAnti-Skid 5'-8" Adjustable Bolts (4) Doors 2490 lbs Top Handhole NOTE: The Top Cover shall be leveled and adjusted to Final Grade using the Adjustable Bolts. This Installation is for Pavement or Sidewalks only. Adjustable Cover (See NOTE Below) 575 J-BOX & PULL VAULT EXCAVATION DETAIL - J01,J03, J04, J08 SCALE: NONE MID# 9996162 FIBER VAULT DETAIL - FB1 SCALE: NONE CLINK PID# 2378448 COVER WITHADJUSTABLE FRAMENo. 38/25-TA No. 25-TVAULT A A PLAN VIEW SECTION AA END VIEW SINGLE PHASE SECONDARY CONCRETE HANDHOLE - HH1,HH2 Not to scale 6050.2020-1 TOP VIEW SIDE VIEW 2'-4" EXCAVATION: 5-1/3 CUBIC YARDS 7'-0" 6'-0" 6" Crushed rock 2" Install PVC bell endsand grout into wall Handhole 820 lbs Conduits and conductors shall enter fromends of handhole through knockouts provided Typical customer runservice conductors in duct Steel Door Seal conduitwith foam 2'-6"2'-6" Customer-installed grounding wires ( the "4th" wire on the single-phase systems and the "5th" wire on the three-phase systems) shall not be connected to PSE's ground or neutral bus. They shall be removed by customer or cut off at the vault wall. Communications Primary Power Cables or Conduit Excavated Dirt Pile ROADSIDE Final Grade 24" Min 12" Min Separation 36" Min Cover 48" Max Backfill (No rocks over 10" diameter)Separation 12" Min Gas 4" Sand Bedding 32" Typical (Power, Gas, and Communications) JOINT TRENCH DETAIL Primary-Mainline Gas & Communications (NTS) Separation12" Min 6" or 12" Min Sand Shading after Compaction - A 6" layer of sand is allowed when excavated native material contains rocks no larger than 8" in diameter. Trench and backfill requirements for primary electric line extension trenches (No PSE gas) - A 12" layer of sand is required when excavated native material contains rocks up to 10" in diameter. Dennis Booth 425-417-9188 Appendix F Inadvertent Discovery Plan ECY 070-560 (rev. 12/20) 1 IDP Form INADVERTENT DISCOVERY PLAN PLAN AND PROCEDURES FOR THE DISCOVERY OF CULTURAL RESOURCES AND HUMAN SKELETAL REMAINS To request ADA accommodation, including materials in a format for the visually impaired, call Ecology at 360-407-6000 or visit https://ecology.wa.gov/accessibility. People with impaired hearing may call Washington Relay Service at 711. People with a speech disability may call TTY at 877-833-6341. Site Name(s): Duvall Ave NE Project Lead/Organization: Flora Lee /City of Renton Location: Duval Ave NE from Sunset BLVD to NE 7th Pl. County: KING COUNTY If this Inadvertent Discovery Plan (IDP) is for multiple (batched) projects, ensure the location information covers all project areas. 1. INTRODUCTION The IDP outlines procedures to perform in the event of a discovery of archaeological materials or human remains, in accordance with applicable state and federal laws. An IDP is required, as part of Agency Terms and Conditions for all grants and loans, for any project that creates disturbance above or below the ground. An IDP is not a substitute for a formal cultural resource review (Executive 05-05 or Section 106). Once completed, the IDP shall always be kept at the project site during all project activities. All staff, contractors, and volunteers shall be familiar with its contents and know where to find it. 2. CULTURAL RESOURCE DISCOVERIES A cultural resource discovery could be prehistoric or historic. Examples include (see images for further examples): • An accumulation of shell, burned rocks, or other food related materials. • Bones, intact or in small pieces. • An area of charcoal or very dark stained soil with artifacts. • Stone tools or waste flakes (for example, an arrowhead or stone chips). • Modified or stripped trees, often cedar or aspen, or other modified natural features, such as rock drawings. • Agricultural or logging materials that appear older than 50 years. These could include equipment, fencing, canals, spillways, chutes, derelict sawmills, tools, and many other items. • Clusters of tin cans or bottles, or other debris that appear older than 50 years. • Old munitions casings. Always assume these are live and never touch or move. • Buried railroad tracks, decking, foundations, or other industrial materials. • Remnants of homesteading. These could include bricks, nails, household items, ECY 070-560 (rev. 12/20) 2 IDP Form toys, food containers, and other items associated with homes or farming sites. The above list does not cover every possible cultural resource. When in doubt, assume the material is a cultural resource. 3. ON-SITE RESPONSIBILITIES If any employee, contractor, or subcontractor believes that they have uncovered cultural resources or human remains at any point in the project, take the following steps to Stop-Protect-Notify. If you suspect that the discovery includes human remains, also follow Sections 5 and 6. STEP A: Stop Work. All work must stop immediately in the vicinity of the discovery. STEP B: Protect the Discovery. Leave the discovery and the surrounding area untouched and create a clear, identifiable, and wide boundary (30 feet or larger) with temporary fencing, flagging, stakes, or other clear markings. Provide protection and ensure integrity of the discovery until cleared by the Department of Archaeological and Historical Preservation (DAHP) or a licensed, professional archaeologist. Do not permit vehicles, equipment, or unauthorized personnel to traverse the discovery site. Do not allow work to resume within the boundary until the requirements of this IDP are met. STEP C: Notify Project Archaeologist (if applicable). If the project has an archaeologist, notify that person. If there is a monitoring plan in place, the archaeologist will follow the outlined procedure. STEP D: Notify Project and Washington Department of Ecology (Ecology) contacts. Project Lead Contacts Primary Contact Name: Flora Lee Phone: (206) 530-0294 Email: FLee@Rentonwa.gov Alternate Contact Name: Phone: Email: Ecology Contacts (completed by Ecology Project Manager) Ecology Project Manager Name: Program: Phone: Email: Alternate or Cultural Resource Contact Name: Program: Phone: Email: ECY 070-560 (rev. 12/20) 3 IDP Form STEP E: Ecology will notify DAHP. Once notified, the Ecology Cultural Resource Contact or the Ecology Project Manager will contact DAHP to report and confirm the discovery. To avoid delay, the Project Lead/Organization will contact DAHP if they are not able to reach Ecology. DAHP will provide the steps to assist with identification. DAHP, Ecology, and Tribal representatives may coordinate a site visit following any necessary safety protocols. DAHP may also inform the Project Lead/Organization and Ecology of additional steps to further protect the site. Do not continue work until DAHP has issued an approval for work to proceed in the area of, or near, the discovery. DAHP Contacts: Name: Rob Whitlam, PhD Title: State Archaeologist Cell: 360-890-2615 Email: Rob.Whitlam@dahp.wa.gov Main Office: 360-586-3065 Human Remains/Bones: Name: Guy Tasa, PhD Title: State Anthropologist Cell: 360-790-1633 (24/7) Email: Guy.Tasa@dahp.wa.gov 4. TRIBAL CONTACTS In the event cultural resources are discovered, the following tribes will be contacted. See Section 10 for Additional Resources. Tribe: Muckleshoot Tribe Name: Laura Murphy Title: Cultural Resources Phone: 253-876-3272 Email: laura.murphy@muckleshoot.nsn.us Tribe: Name: Title: Phone: Email: Tribe: Name: Title: Phone: Email: Tribe: Name: Title: Phone: Email: Please provide contact information for additional tribes within your project area, if needed, in Section 11. 5. FURTHER CONTACTS (if applicable) If the discovery is confirmed by DAHP as a cultural or archaeological resource, or as human remains, and there is a partnering federal or state agency, Ecology or the Project Lead/Organization will ensure the partnering agency is immediately notified. ECY 070-560 (rev. 12/20) 4 IDP Form Federal Agency: Agency: Name: Title: Phone: Email: State Agency: Agency: Name: Title: Phone: Email: 6. SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL REMAINS Any human skeletal remains, regardless of antiquity or ethnic origin, will at all times be treated with dignity and respect. Follow the steps under Stop-Protect-Notify. For specific instructions on how to handle a human remains discovery, see: RCW 68.50.645: Skeletal human remains—Duty to notify—Ground disturbing activities— Coroner determination—Definitions. Suggestion: If you are unsure whether the discovery is human bone or not, contact Guy Tasa with DAHP, for identification and next steps. Do not pick up the discovery. Guy Tasa, PhD State Physical Anthropologist Guy.Tasa@dahp.wa.gov (360) 790-1633 (Cell/Office) For discoveries that are confirmed or suspected human remains, follow these steps: 1. Notify law enforcement and the Medical Examiner/Coroner using the contacts below. Do not call 911 unless it is the only number available to you. Enter contact information below (required): • Local Medical Examiner or Coroner name and phone: • Local Law Enforcement main name and phone: • Local Non-Emergency phone number (911 if without a non-emergency number): 2. The Medical Examiner/Coroner (with assistance of law enforcement personnel) will determine if the remains are human or if the discovery site constitutes a crime scene and will notify DAHP. 3. DO NOT speak with the media, allow photography or disturbance of the remains, or release any information about the discovery on social media. 4. If the remains are determined to be non-forensic, cover the remains with a tarp or other materials (not soil or rocks) for temporary protection and to shield them from being photographed by others or disturbed. Further activities: • Per RCW 27.44.055, RCW 68.50, and RCW 68.60, DAHP will have jurisdiction over non-forensic human remains. Ecology staff will participate in consultation. The Project Lead/Organization may also participate in consultation. ECY 070-560 (rev. 12/20) 5 IDP Form • Documentation of human skeletal remains and funerary objects will be agreed upon through the consultation process described in RCW 27.44.055, RCW 68.50, and RCW 68.60. • When consultation and documentation activities are complete, work in the discovery area may resume as described in Section 8. If the project occurs on federal lands (such as a national forest or park or a military reservation) the provisions of the Native American Graves Protection and Repatriation Act of 1990 (NAGPRA) apply and the responsible federal agency will follow its provisions. Note that state highways that cross federal lands are on an easement and are not owned by the state. If the project occurs on non-federal lands, the Project Lead/Organization will comply with applicable state and federal laws, and the above protocol. 7. DOCUMENTATION OF ARCHAEOLOGICAL MATERIALS Archaeological resources discovered during construction are protected by state law RCW 27.56 and assumed eligible for inclusion in the National Register of Historic Places under Criterion D until a formal Determination of Eligibility is made. The Project Lead/Organization must ensure that proper documentation and field assessments are made of all discovered cultural resources in cooperation with all parties: the federal agencies (if any), DAHP, Ecology, affected tribes, and the archaeologist. An archaeologist will record all prehistoric and historic cultural material discovered during project construction on a standard DAHP archaeological site or isolate inventory form. They will photograph site overviews, features, and artifacts and prepare stratigraphic profiles and soil/sediment descriptions for minimal subsurface exposures. They will document discovery locations on scaled site plans and site location maps. Cultural features, horizons, and artifacts detected in buried sediments may require the archaeologist to conduct further evaluation using hand-dug test units. They will excavate units in a controlled fashion to expose features, collect samples from undisturbed contexts, or to interpret complex stratigraphy. They may also use a test unit or trench excavation to determine if an intact occupation surface is present. They will only use test units when necessary to gather information on the nature, extent, and integrity of subsurface cultural deposits to evaluate the site’s significance. They will conduct excavations using standard archaeological techniques to precisely document the location of cultural deposits, artifacts, and features. The archaeologist will record spatial information, depth of excavation levels, natural and cultural stratigraphy, presence or absence of cultural material, and depth to sterile soil, regolith, or bedrock for each unit on a standard form. They will complete test excavation unit level forms, which will include plan maps for each excavation level and artifact counts and material types, number, and vertical provenience (depth below surface and stratum association where applicable) for all recovered artifacts. They will draw a stratigraphic profile for at least one wall of each test excavation unit. The archaeologist will screen sediments excavated for purposes of cultural resources ECY 070-560 (rev. 12/20) 7 IDP Form investigation through 1/8-inch mesh, unless soil conditions warrant 1/4-inch mesh. The archaeologist will analyze, catalogue, and temporarily curate all prehistoric and historic artifacts collected from the surface and from probes and excavation units. The ultimate disposition of cultural materials will be determined in consultation with the federal agencies (if any), DAHP, Ecology, and the affected tribe(s). Within 90 days of concluding fieldwork, the archaeologist will provide a technical report describing any and all monitoring and resultant archaeological excavations to the Project Lead/Organization, who will forward the report to Ecology, the federal agencies (if any), DAHP, and the affected tribe(s) for review and comment. If assessment activities expose human remains (burials, isolated teeth, or bones), the archaeologist and Project Lead/Organization will follow the process described in Section 6. 8. PROCEEDING WITH WORK The Project Lead/Organization shall work with the archaeologist, DAHP, and affected tribe(s) to determine the appropriate discovery boundary and where work can continue. Work may continue at the discovery location only after the process outlined in this plan is followed and the Project Lead/Organization, DAHP, any affected tribe(s), Ecology, and the federal agencies (if any) determine that compliance with state and federal laws is complete. 9. ORGANIZATION RESPONSIBILITY The Project Lead/Organization is responsible for ensuring: • This IDP has complete and accurate information. • This IDP is immediately available to all field staff at the site and available by request to any party. • This IDP is implemented to address any discovery at the site. • That all field staff, contractors, and volunteers are instructed on how to implement this IDP. 10. ADDITIONAL RESOURCES Informative Video Ecology recommends that all project staff, contractors, and volunteers view this informative video explaining the value of IDP protocol and what to do in the event of a discovery. The target audience is anyone working on the project who could unexpectedly find cultural resources or human remains while excavating or digging. The video is also posted on DAHP’s inadvertent discovery language website. Ecology's IDP Video (https://www.youtube.com/watch?v=ioX-4cXfbDY) ECY 070-560 (rev. 12/20) 7 IDP Form Informational Resources DAHP (https://dahp.wa.gov) Washington State Archeology (DAHP 2003) (https://dahp.wa.gov/sites/default/files/Field%20Guide%20to%20WA%20Arch_0.pdf) Association of Washington Archaeologists (https://www.archaeologyinwashington.com) Potentially Interested Tribes Tribal Contacts: Interactive Map of Tribes by Area (https://dahp.wa.gov/archaeology/tribal-consultation-information) Tribal Contacts - WSDOT Tribal Contact Website (https://wsdot.wa.gov/tribal/TribalContacts.htm) 11. ADDITIONAL INFORMATION Please add any additional contact information or other information needed within this IDP. ECY 070-560 (rev. 12/20) 8 IDP Form Implement the IDP if you see… Chipped stone artifacts. Examples are: • Glass-like material. • Angular material. • “Unusual” material or shape for the area. • Regularity of flaking. • Variability of size. Stone artifacts from Oregon. Stone artifacts from Washington. Biface-knife, scraper, or pre-form found in NE Washington. Thought to be a well knapped object of great antiquity. Courtesy of Methow Salmon Rec. Foundation. ECY 070-560 (rev. 12/20) 9 IDP Form Implement the IDP if you see… Ground stone artifacts. Examples are: • Unusual or unnatural shapes or unusual stone. • Striations or scratching. • Etching, perforations, or pecking. • Regularity in modifications. • Variability of size, function, or complexity. Above: Fishing Weight - credit CRITFC Treaty Fishing Rights website. Artifacts from unknown locations (left and right images). ECY 070-560 (rev. 12/20) 10 IDP Form Implement the IDP if you see… Bone or shell artifacts, tools, or beads. Examples are: • Smooth or carved materials. • Unusual shape. • Pointed as if used as a tool. • Wedge shaped like a “shoehorn”. • Variability of size. • Beads from shell (dentalium) or tusk. Upper Left:Bone Awls from Oregon. Upper Center: Bone Wedge from California. Upper Right: Plateau dentalium choker and bracelet, from Nez Perce National Historical Park, 19th century, made using Antalis pretiosa shells Credit: Nez Perce - Nez Perce National Historical Park, NEPE 8762, Public Domain. Above: Tooth Pendants. Right: Bone Pendants. Both from Oregon and Washington. ECY 070-560 (rev. 12/20) 11 IDP Form Implement the IDP if you see… Culturally modified trees, fiber, or wood artifacts. Examples are: • Trees with bark stripped or peeled, carvings, axe cuts, de-limbing, wood removal, and other human modifications. • Fiber or wood artifacts in a wet environment. • Variability of size, function, and complexity. Left and Below: Culturally modified tree and an old carving on an aspen (Courtesy of DAHP). These are examples of above ground cultural resources. Right, Top to Bottom: Artifacts from Mud Bay, Olympia: Toy war club, two strand cedar rope, wet basketry. ECY 070-560 (rev. 12/20) 12 IDP Form Implement the IDP if you see… Strange, different, or interesting looking dirt, rocks, or shells. Human activities leave traces in the ground that may or may not have artifacts associated with them. Examples are: • “Unusual” accumulations of rock (especially fire-cracked rock). • “Unusual” shaped accumulations of rock (such as a shape similar to a fire ring). • Charcoal or charcoal-stained soils, burnt-looking soils, or soil that has a “layer cake” appearance. • Accumulations of shell, bones, or artifacts. Shells may be crushed. • Look for the “unusual” or out of place (for example, rock piles in areas with otherwise few rocks).Shell Midden pocket in modern fill discovered in sewer trench. Hearth excavated near Hamilton, WA. Shell midden with fire cracked rock. Underground oven. Courtesy of DAHP. ECY 070-560 (rev. 12/20) 13 IDP Form Implement the IDP if you see… Historic period artifacts (historic archaeology considered older than 50 years). Examples are: • Agricultural or logging equipment. May include equipment, fencing, canals, spillways, chutes, derelict sawmills, tools, etc. • Domestic items including square or wire nails, amethyst colored glass, or painted stoneware. Left: Top to Bottom: Willow pattern serving bowl and slip joint pocket knife discovered during Seattle Smith Cove shantytown (45-KI-1200) excavation. Right: Collections of historic artifacts discovered during excavations in eastern Washington cities. ECY 070-560 (rev. 12/20) 14 IDP Form Implement the IDP if you see… Historic period artifacts (historic archaeology considered older than 50 years). Examples are: • Railway tokens, coins, and buttons. • Spectacles, toys, clothing, and personal items. • Items helping to understand a culture or identity. • Food containers and dishware. Main Image: Dishes, bottles, work boot found at the North Shore Japanese bath house (ofuro) site, Courtesy Bob Muckle, Archaeologist, Capilano University, B.C. This is an example of an above ground resource. Inset: Old boot. Right, from Top to Bottom: Coins, token, spectacles and Montgomery Ward pitchfork toy discovered during Seattle Smith Cove shantytown (45-KI-1200) excavation. ECY 070-560 (rev. 12/20) 15 IDP Form Implement the IDP if you see… • Old munition casings – if you see ammunition of any type – always assume they are live and never touch or move! • Tin cans or glass bottles with an older manufacturer’s technique – maker’s mark, distinct colors such as turquoise, or an older method of opening the container. Can opening dates, courtesy of W.M. Schroeder. Right: Old beer can found in Oregon. ACME was owned by Olympia Brewery. Courtesy of Heather Simmons. Logo employed by Whithall Tatum & Co. between 1924 to 1938 (Lockhart et al. 2016). Far Left: .303 British cartridge found by a WCC planting crew on Skagit River. Don’t ever touch something like this! Left: Maker’s mark on bottom of old bottle. ECY 070-560 (rev. 12/20) 16 IDP Form Implement the IDP if you see… Historic foundations or buried structures. Examples are: • Foundations. • Railroad and trolley tracks. • Remnants of structures. Counter Clockwise, Left to Right: Historic structure 45KI924, in WSDOT right of way for SR99 tunnel. Remnants of Smith Cove shantytown (45-KI-1200) discovered during Ecology CSO excavation, City of Spokane historic trolley tracks (above ground historic resources) uncovered during stormwater project, intact foundation of historic home that survived the Great Ellensburg Fire of July 4, 1889, uncovered beneath parking lot in Ellensburg. ECY 070-560 (rev. 12/20) 17 IDP Form BImplement the IDP if you see… Potential human remains. Examples are: • Grave headstones that appear to be older than 50 years. • Bones or bone tools--intact or in small pieces. It can be difficult to differentiate animal from human so they must be identified by an expert. • These are all examples of animal bones and are not human. Center: Bone wedge tool, courtesy of Smith Cove Shantytown excavation (45KI1200). Other images (Top Right, Bottom Left, and Bottom) Center: Courtesy of DAHP. Directly Above: This is a real discovery at an Ecology sewer project site. What would you do if you found these items at a site? Who would be the first person you would call? Hint: Read the plan!