Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272831(1)
Award Date: 71 1/0j. CAG 0�," 0 Awarded To: I(Arbors 4c Z m G.. ffor&Z e . NGt.1 Kgrbor, WA ti O City of Renton Bidding Requirements, Forms, Contract Forms, Conditions of the Contract, Plans and Specifications yu City of Renton SUNNYDALE DOWNSTREAM STORM SYSTEM REPLACEMENT PROJECT ' PROJECT NO. SWP-27-2831 . . City of Renton 1055 S Grady Way Renton, WA 98055 Surface Water Contact: Allen Quynn (425)430-7247 I ® Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the SUNNYDALE DOWNSTREAM STORM SYSTEM REPLACEMENT PROJECT PROJECT NO. SWP-27-2831 I �✓�5�17'r�q a- �4e� SvC'f June 2002 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS .- VMS 2s 7 e TE �`cs/O�VAI E� (/7/c L EXPIRES 10/16/0 CITY OF RENTON SURFACE WATER UTILITY 1055 S Grady Way Renton, WA 98055 GPrinted on Recycled Paper JUL-15-02 SAT 08 : 12 AM HARBORSIDEINC 2532651918 r. e1 r ' PROJECT: Sunnydale Downstream Storm System CONTRACTOR: Harborside Inc. EMERGENCY PHONE NUMBERS Superintendent: Gary Senescu Cellular 206-255-2039, office 253-265-1918) home ' 253-265-6042 FaK a 5-3-2z?'L- 1 7 G 3 Foreman: Tim Kloberdanz Cellular 206-255-2040, Home 253-631-1139 ' Bonding Agent:ent: Mr. Eric Zimmerman Bratrud Middleton Insurance 4701 South 19th Street Tacoma, WA 98405 253-759-2200 / �27 J d06 sly - o �7S NIw - h0 (3Jx 1f0�8 T cdnrP� �/} �ISYI/ c r DEPARTMENT OF LABOR AND INDUSTRIES cn I REGISTERED AS- PROVIDED BY LAW AS N CONST CONT GENERAL D ;;_,;4REGI$�'. ;. . y,EXP. DATE —i cc01 ;.,HARBOT.,*044D0.;02/06/2004 m EFFECZ'. VE13ATE i 03/20/1996 00 " HARBORS I pE..INC N 2817 HORSEHEAD BAY DR NW D GIG HARBOR WA 98335 3 i D I•GJS lR1 Sxur cSPr7r � O A H d m H Z n FCOIREIGISTERED AS PROVIDED BY LAW AS NST CONT GENERAL REGIST. # EXP . DATE Please Remove i CC01 HARBOI*044DO 02/06/2004 And Sign EFFECTIVE DATE 03/20/1996 { Identitication HARBORSIDE INC Card Before N cn 2817 HORSEHEAD BAY DR NW P)ac:im, In �+ GIG HARBOR WA 98335 Billfold N 1 " r � kwi;d by DEPARTMEYT 017 LABOR AND INDUS URIES � I$'1C.02 IXXI I.Vqr GIsz }S a01 a o 1111111111J1111 Mil I11,11IIIl,l1►111116 IIIII111[Till I111111111 m W *,0 APPLICATION FOR CITY OF RENTON BUSINESS LICENSE COMMERCIAL Business Name & Location City of Renton License# W A state UBI# t t'�,10R8IDE' INC. Contractor's License C!G HARBOR, V./A 98335 Owner Name, Address Telephone: Mailing Address: Telephoner 02�� J r '''B0Q8IDf, INC No. of Employees BAY DR. N.W. v,/` �€;��g Date Business Opened in City of Renton: Or Job Starts: ' Emergency Names & Telephone: Describe Type of Business: 1. 0 J s c G 2 'lL l /off D/�a Z 02fj-2 �a2o_6i0 FEE SCHEDULE: 1. Total number of personnel (all) (for business located outside the City Limits p only personnel working in the City Limits) ' 2. Total number of hours worked by all personnel in a quarter(approx.) (quarter being 3 months) Jan-March: April-June: July-Sept: Oct-Dec: 3. Multiplied by rate per hour (.029) 4 TOTAL FEE: Hours worked by all personnel that equal less than 480 hours in a quarter will be subject to the minimum fee of$13.75 for a quarter. Further questions, please call the License Division (425) 430-6851. 1 hereby certify that the statements and information furnished by me on this application are true and complete, to the best of my knowledge. I acknowledge that the statements and information furnished by me on this application are public records and are available for public inspection purs ant to State of Washington RCW 42-17-260. ' Signature: �C C�✓> Print Name: Cam, <, si1 � J Date: ' Title:, Phone: _ Return Completed Application to: City of Renton License Division ' 1055 South Grady Way Renton, WA 98055 (425) 430-6851 ' FOR OFFICE USE ONLY Y f g S Amount • How Paid `<1 } S�, Date`` '� 'tl` Planning Dept Bldg Dept Fire Dept ' f ISbI-03 9i98 CITY OF RENTON SWP-27-2831 Sunnydale Downstream Storm System Replacement Project CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disabilities Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal & Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal - Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulations City of Renton Supplemental Specifications M Special Provisions Geotechnical Report City Survey Control Information Easements Permits Standard Details and Plans Construction Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid (Yellow Pages) ❖ Submit at Notice of Award (Green Pages) CITY OF RENTON Planning/Building/Public Works Department 1055 South Grady Way Renton, Washington, 98055 Sunnydale Downstream System Replacement Project CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative ' Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: ayor Council President Attest_ City Cler Re:South_Renton/B IDSPEGMAB I CITY OF RENTON SUMMARY OFAAd=CANS WITH DISABILITIES ACT POLICY ADOPTED BY R.ESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, ffi stang requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH RIGHTS ORGANIZATIONS The City of Renton will cooperate fully with all organizations and commissions organized to Promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT-POLICY -The City of Renton Americans With Disabilities Act Policy will.be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS OBLIGATION = Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton' shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. rCopies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: ; r Mayor � Council President Attest: City Clerk CITY OF RENTON SWP-27-2831 SCOPE OF WORK The work involved under the terms of this contract shall be full and complete installation of the facilities as shown on the plans and as described in the construction specifications,to include but not be limited to: • Install approximately 810 linear feet of 20-inch OD diameter HDPE butt-fusion welded storm sewer pipe. 300 feet of the pipe is to be direct buried. The remaining 510 feet of pipe is to be installed above ground down a steep slope. • Remove approximately 747 linear feet of 18 inch CMP and two manhole structures. • Install energy dissipator at outfall of new storm pipe. • Install stream bypass during construction energy dissipator. All in-water work must be started no earlier then July 1, 2002 and must be completed no later than August 31,2002. This project is subject to the conditions of the following permits and easements which have been obtained by the City of Renton: • Hydraulic Project Approval (HPA)from the Washington State Department of Fisheries • Nationwide Permit(NWP) 18 issued by the US Army Corps of Engineers Individual 401 Certification Exemption issued by the Washington State Department of Ecology • Seattle City Light Crossing Permit • Olympic Pipe Line Company Right-of-Way Permit • King County Special Use Permit • Temporary Construction Easement from the owner of the Sunnydale Mobile Home Park The estimated project cost is $130,000 to$160,000 Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of thirty (30)working days will be allowed for the completion of this project. Sunnydale Downstream System Replacement Project soil Im 11 ONEWT tram ... _ „ -M �= IA" „ Mwa Oman_� :- .� J. �i��© II. INTRODUCTION CITY OF RENTON 1. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 p.m., on the date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. N2. The work to be done is shown on the plans. Quantities are understood to be only approximate.Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided the successful bidder enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should the successful bidder fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. II-2 II. INTRODUCTION CITY OF RENTON ' 13. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 14. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 15. Trench Excavation Safety Systems As required by RCW 39.04.110, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 16. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The prevailing wage rate to be in force during the duration of this contract are included within these specifications as Appendix D, "Hourly Minimum Wage Rates". The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 17. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance P Y g with the requirements of RCW 39.16. 18. Water Pollution Control Requirements The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 19. The CONTRACTOR if so desires may determine existing on site features such as the thickness of existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours prior to exploration activity and shall repair all boring and exploration work to preexisting condition. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental II-3 1I. INTRODUCTION CITY OF RENTON Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. I. WSDOT/APWA '1996 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," ' "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement ' and Payment (added herein) shall govern. 21. A soils investigation has been performed for this project by the City or Engineer. The soil investigation is summarized in a geotechnical study which is bond within the contract document. The Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface ' explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. U:\AQUYNN\2000\65315\BIDPACK\INSTRUCT.DOC r II-4 CITY OF RENTON Sunnydale Downstream Storm System Replacement Project SWP-27-2831 CALL FOR BIDS Sealed bids will be received until 2:30 p.m.June 25,2002 at the City Clerk's office and will be opened and publicly read in the 5th floor conference room number 511, Renton City Hall, 1055 S.Grady Way. The work to be performed within 30 working days from the date of commencement under this contract shall include, but not be limited to: • Install approximately 810 linear feet of 20-inch (O.D.)diameter HDPE, butt- fusion welded storm sewer pipe. 300 of the pipe is to be direct buried. The remaining 510 feet of pipe is to be installed above ground down a steep ' slope. • Remove approximately 747 linear feet of 18-inch CMP and two manhole structures. • Install energy dissipator at outfall of new storm pipe. • Install stream bypass during construction of energy dissipator. All in-water work must be started no earlier then July 1, 2002 and must be completed no later than August 31,2002. No bids will be accepted after the time and date shown above. The estimated project cost is $130,000 to$160,000 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. A 100% performance bond will be required of the successful bidders. Approved plans, specifications, and contract forms may be obtained from the City of Renton Planning/Building/Public Works Department at the sixth floor Customer Service Counter in the Renton City Hall, 1055 S. Grady Way, for a non-refundable fee of$32.64 ($30.00 plus $2.64 sales tax)each set. If ordered by mail add $5.00 to cover postage, also non-refundable. Questions regarding the call for bids or plan holders lists should be directed to the Public Works Customer Service Counter at City Hall, or (425) 430-7200. If a bidder has questions regarding the project please contact the Project Manager, Allen Quynn, at(425)430-7247. ' Bonnie Walton, City Clerk Published: Daily Journal of Commerce June 11, 2002 June 25, 2002 Account# 421.000600.018.5960.0038.65.065315 CITY OF RENTON SWP-27-2831 SUNNYDALE DOWNSTREAM STORM SYSTEM REPLACEMENT PROJECT PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: ' (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) The undersigned certifys and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM H:forms/envrmtal/envirponh ' I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm ' Printed Name c� Signature Address: 7 Names of Members of Partnership: 1 OR ' Name of President of Corporation G y ' Name of Secretary of Corporation Corporation Organized under the laws of ' With Main Office in State of Washington at , ' Subscribed and sworn to before me on this day of �^OSION` :V � Fs o blic in and for the State of Washington 01 Notary (Print) �OTAR y •c G �,. My appointment expires: PUBLIC `�:•_ (PqTFOF`l A O',�,�0 ' H:forms/envrmtal/envirpol/bh ' BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the ' amount o$ pp,4�t_ which amount is not less than five percent of the total bid. tSign here Know All Men by These Presents: That we, HARBOR SIDE, INC. , as Principal, and FIDELITY ' AND GUARANTY IMURANCE COMPANY as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of 5% OF BID AMOUNT************************ Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. ' The condition of this obligation is such that if the Obligee shall make any award to the Principal for RTD� s -� �EM according to the terms of the proposal or ' bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give ' bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of ' the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED SEALED AND DATED THIS 25TH DAY OF JUNE , 20_GL. ' HARBORSIDE, INC. BY• cipal FID T D GU TY I riP.ANY ' B -- Surety H LI LAGERQUIST, ATTORNEY-IN-FACT Received return of deposit in the sum of$ t Sunnydale Downstream System Replacement Project ' me S'tPaul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company-7 St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 22645 Certificate No. 1241046 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under t the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint ' Robert E.Heilesen,Randolph J.Carr, Stephen Feltus,Jack P. Sutton,Karen Swanson,Eric Zimmerman, Tracey L.McKinley,Stacy Cutbirth,Brad Roberts,Joanne Reinkensmeyer,Kip W.Vandeventer,Holli Lagerquist ' and Michelle R.Post ' of the Cityof Tacoma State Washington y() � ,their true and lawful Attome s-m-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. ' IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 18th day of July 20[)1 Seaboard Surety Company United States Fidelity and Gmd�my Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company s�ry� ,�� ��N'��so Jp�.�xs�yq oFyyty,ty� _opNTy g caronArt _ f: �;�'"'F; �nrtn 19° tED JOHN F.PHINNEY,Vice President t/o� /Xv/ ' State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary ' On this 18th day of July 2001 before me,the undersigned officer, personally appeared John F.Phinney and Thomas E.Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and ' Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. ' P rn In Witness Whereof,I hereunto set my hand and official seal. Nor4 p Ry 9 VeCIC ' My Commission expires the 13th day of July,2002. +Gb cal REBECCA EASLEY-ONOKALA,Notary Public qE ' 86203 Rev. 7-2000 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice,President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attomey(s)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorneys)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this 25 th day of June _ 2002 �J1Nr7y PPE `'N,$� a�,Rsugq �fY.t,y� p4Nn* O .._,�.B VJ..• is � �, �Y o°f�a� y�y�,,, /�� �,, � C//� \///��� �' 1927 � COPP09� �1tOR>O. w u"` :TEAL of �;SBELe° m 1896 y 1977 1951 r Thomas E.Huibreg[se,Assistant Secretary To verify the authenticity of his i ower of Attorney,call 1-800-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached. CITY OF RENTON - SUNNYDALE DOWNSTREAM STORM SYSTEM REPLACEMENT ' PROJECT SCHEDULE OF PRICES Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) (figure) 1. 1 Mobilization Lump Sum $ ✓/ /ClCJ Z3�.¢ •O �ll��S $ $ �D,�s DO- 60 2. 1 Contragtor Provided Survey Lump Sum $ lk20i �7Ac�s��n �n//✓ $ $ 5;eoo.eye 3. 1 Clearin and Grubbing '' Lump Sum $ �y l�6fl. l $ $ e 4. 1 Remove Existing Catch Basin#3 Lump Sum $ i/��� f`z�s c,!J y /4907S $ $ 5. 1 Remove Existing Catch Basin#2, I-beam/Pipe Support Structure and CMP ' Lump Sum $ - pc// 1 $ $�?dOO c--c> 6. 375 Structural Excavation Class B Incl. Haul Cubic Yard $ � i �6 t 1 p . -- $ $ ' 66-c'o 7. 2400 Shoring Qr Extra Excavation Class B Square Feet $ $ /'vZDO-�© ' 8. 810 HDPE Storm Sewer Pipe 20 in. DI DR 26 , Linear Feet $ 9. 1 Outlet Struct e e Lump Sum $ 6a12— 27'd7ieA-,,0 l2b $ $ f>e6 00 ' 10. 3 Pipe Anchor Each $ �6 ` 0A'11217C-Q $ $ z5ey) _OC? ' 11. 1 Modify Existing Catch Basin Lump Sum $ L zo ;/"L�:w ;TX)/ $ $ ����•�c� 12. 200 Rock Buttress Reconstruction Square Feet $ /:-:� &C ::Zh f d},-lL ' 13. 8 Controlled density Fill Cubic Yard $ (I c�,o -2-C-70 �ol(� � $/t9D< $ 14 20 Rock for-Rock Wall Ton $�C) $ /Ooo -00 ' ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) (figure) 15. 1 Pipe Supports Lump Sum $ eA9� l� S $ $ ' 16 20 Backfill for Rock Wall Ton $ ii 7��% L® $ �U•oo $ 17 1 Temporary Water Pollution/Erosion Control Lump Sum $ Lr U�� iuAn�� ;� 1/BLS $ $ '-5-e c� ' 18 1 Seeding, Fertilizing and Mulching Lump Sum $ i Lrr�F $ $ SDn'C5-iD 19 1 Traffic Control Lump Sum $ $ o2Ja�o L� 20. 1 Final Restoration and Cleanup Lump Sum $ '�W"11-0"--e9 l/ S $ ' Subtotal: SOD"7�vFi? 8.8% Sales Tax:* Total: ' BOND TO THE CITY OF RENTON 1 KNOW ALL MEN BY THESE PRESENTS: BOND NO: 400SLI16702 That we, the undersigned HARBORSIDE, INC. 9817 HORSEHRAD BAY DRIVE NW, GIG HARBOR ?,Lk 98335 1 as principal, and FIDELITY AND GUARANTY �84pjffCE corporation organized and existing under the laws of the State of IOWA as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are ' jointly and severally held and firmly bound to the City of Renton in the penal sum of $* for the payment of which sum on demand we bind ourselves and our successors heirs administrators�or r&&��1111 renre entatives as the case may be. *ONE HUNDRED SIXTEEN THOUSAND FOUR' HUNDRED SIXTEL ANl) 1�CT/�UU ' 1 This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. 1 Dated at , Washington, this Ag ral day of , 20 AZ, Nevertheless, the conditions of the above obligation are such that: — ' WHEREAS, under and pursuant to Public Works Construction Contract CAG providing for construction of Sunnydale Downstream Storm System Replacement Project ' (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one ' year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. HARBORSIDE, INC. CBE� � y �� ApTD GUARANTY TNSTTRAI'rTF r(�, pg Principal pTy 1 - BY _ ' Sj�nfa e S gnature HC)1,1.I-1.AGFRQUIST, ATTQRNFY—TN—'r'&CJ _ ' Title Title Approved by Larry Warren 2/14/92 1 7he.9PdllI POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company ' St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 22645 Certificate No.1360169 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under ' the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint Robert E.Heilesen,Randolph J.Carr,Stephen Feltus,Jack P. Sutton,Karen Swanson,Eric Zimmerman, Tracey L.McKinley, Stacy Cutbirth,Brad Roberts,Joanne Reinkensmeyer, Kip W.Vandeventer,Holli Lagerquist and Michelle R.Post ' of the City of Tacoma State Washington their true and lawful,Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. ' IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this Sth day of July' 2001— Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Pon 1 SIWETy M►R� �,.N~MSG Jp�,x3Uggy 92O °• 1; Q '� JOHN F PHINNEY,Vice President sr # '� �* ��SEAL,:o"1 `SSJCL.�e m 1891i t977� 1951 State of Maryland / City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 18th day of JbI]� —, before me, the undersigned officer,personally appeared John F. Phinney and Thomas E.Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof,I hereunto set my hand and official seal. NOTqR1'p ss 9 u'U ctC My Commission expires the 13th day of July,2002. �'�ip CiT ao REBECCA EASLEY-ONOKALA,Notary Public Hf V L6203 Rev.7-2000 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2,1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorneys)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a We and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this day of'- Thomas E.Huibregtse,Assistant Secretary To verify the auihenticity of this Power of Attorney,call 1-800-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached. 1 CITY OF RENTON • _' FAIR PRACTICES POLICY � AFFIDAVIT OF COMPLIANCE r .A I �.9/ - hereby confirms and declares that ' (Name of contractor/subcontractor/consultant) , I. It is the policy of c,_r iA0i4F' ,/�� to offer equal ' (Name of contractor/subcontractor/consultant) opportunity to all qualified employees and applicants for employment without regard to the race, creed,color, sex,national origin,age, disability or veteran status. r II. complies with all applicable r (Name of contractor/subcontractor/consultant) federal,state and local laws governing non-discrimination in employment. ' II. When applicable, �,�pG will seek out and (Name of contractor/subcontractor/consultant) ' negotiate with minority and women contractors for the award of subcontracts. J Print Agent/Representative's Name Print A ent/Representative's Title r rn e s rye's Signature i 2 ' Date Sig d ' Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or attach this document(s)with the contract. 1 r rSunnydale Downstream Storm System Replacement Project August 14, 1997 JUL-15-02 SAT 08 : 13_AM HARBORSIDEINC 2532651918 P. 04 i 1 STAre e l` J L � yq e 1889 i SATE of IVASH I NG MN SECRETARY of STATE I, Ralph Munro, Secretary of State of the State of Washington and custodian of its seal, hereby :slue this CERTIFICATE OF INCORPORATION to HARBORSIDE INC . a Washington Profit corporation. Articles of incorporation were filed for record is this office on the date indicated below. 1 U 6 I. Number. 601 666 913 Date: October 19 , 1995 Given under my hand and Seal of the State cf Washington at Olympia, the State Capital. i - AUk uNR0 Ralph Munro, Secretary of State rY 2-521816-5 SSC 51(7N5ti JUL- 15-02 SAT 08 : 13 AM HARBORSIDEINC 2532651918 P. 05 Ice of the Secretary of State _uroorations 0-,nor TRANS AMT RECD DATE REC'D BY E un.on 2�d rL (PM-21) 'nni3 VvA 985W-0a1D LOF ITIAL ANNUAL REPORT 1 FILING FEE S10.00 AVOID POSSIBLE DISSOLuTiON/REVOCATION of your corporate status, an Initial annual report must be filed with the Corporations Divlslon or the L'')uue of the Secretary of State wiu,i11 120 days from Ine date Articles of Incorporation or Application for Certificate of Authority were tiled, as shown i0w (RCW 238.16.220) orate Nana and Registered AgenuOttlCe Aaaress HARBORSIDE INC, Unified Business !.D. #' 601 666 913 ' '/. PENNY SENESCU CCrporabon Account # 2-52181 6-5 2817 HORSEHEAD BAY DR NW State of Incorporation WA GIG HARBOR WA 9833S ARTJAPP, FILED DATE.:. ' DATE OF INCORP: 10/19/199S REGISTERED AGENT OR A00RESS HAS CHANGED. COMPLETE THIS SECTION Thesw actions have Dee,authorized by the 8oaro of Directors w Registered New Agent's �gznt 5 Nam` Consent to Appointment w Registered tPieasc Tvpe or Print) (S)gnature of newly appointed agent) 11 Ice Adcire�S WA Effective Date (Steel Address) Zi )l _EASE NOTE A Post Office Box ALONE CANNOT BE ACCEPTED as a Registered Ofnce Address.ApPO Box may only be used in con- )urction w,tn the street address, it located in the same city ANNUAL REPORT SECTION? - FILL IN COMPLETELY - TYPE OR PRINT IN BLACK INK �0,e;s of Poncipdi Ul3te Of DuS-OeSS In WA �g� e/)Jdi'�`�. e0none NutitDer OncludofS(reet Address,City, State 3 Zip) )f Corporation 1efly state nature of buSInesS in WA C .T�G ' 'eign Corporaf,on Principal otfice address G state/country of incorpora(ior .2$ �•W.� �S G�/r� 1�3 j-� ' (Inclu e Street Address, City, State$Zip) L1St NAME(S) AND ADDRESSES) of corporate ott•cer5 and directors. (Attach additional list, it needed.) sme Address City Salta Ip v�re-Prds Nam Address Cily State ZIp �retary c v D �— ame n A resS City State Zip surer ✓ G J `� y ame. 80. Aoaress City State Zip ., ir )vectors Name Aoaress � City State Zip Address City State Zip ' Name Aadress City state Zip (Signature) � ype or Prinl Name and Title) (Dat Form is Signed) Document must of signed by either the Chair of the Bodrd of Directors or by an officer listed above, Make checks payable to Secretary of State and return to address shown above iQ/90) JUL-15-02 SAT 08 : 14 AM HARBORSIDEINC 2532651918 P. 06 ARTICLES OF INCORRQRAIJON ' OF ' - HARBORSIDE INC . KNOUN BY FLL MEN EY THESE FRESENTS , that the undersigned Penny being Over the 299 o- 21 year-s , and acting as sale incerPGCEter , does hereby Eorm a corporation under the lz"'s c- the SLzta cE Washington and under the provisions of the articles : ARTICLE I Tr.e rare OF this ccrporation is Harborside Inc• ' A'iICLF II ' T:)e dun: Etien cF existence cF this cor'PCra=i.Gn 5"all be ' ARTICLE 1 ? I , 'is p-jrr-cse Fcc Which t'jis cccperat1en is ccganized are : 1 . Ic enga5e in the business- OF 2. 5-nee al co care, purposes permitted by law . 2 . To acquire by purchase , lease , or otherwise . and held morose a,nd develop , FCC, pun-ases of investment , Dropetty of all kinds , ' whether real persona'_ Or mixed , tangible oc intangible , and whe,eves lczc_ed i;n"any state cc territecy of the United 5t_tes cc in any .or�ign co�nccy � . W; th respect to reel property , and inteCests therein, held b•-' the CCCPCCatic ' , to erect the_ecn dwellings , apartment he:sses , stores , oFEice er industrial b.rildings , public or private ; to la5 ' out , grade , pave , and dedicate roads , s-reets , avenues , highwzys , alley_ , courts , paths , walks , packs and playgrounds_; and to sell . exchange and/or lease fcr s;:ch term and upon such consideration , as the Scard of Directors of the corporation shall determine ar,5 such. real property or interest therein , cc any portion therecF , whether improved ar unimproved . ' `i . To land cc to borrow money ❑c otherwise contract indettetmess and give any form of obligation and security thereFor , ' i„cluding but not limited to , bonds , bills of exchange , or promissory notes which may asset be secured by any Property er of the corporation . ' S . IC acquire end pay FCC in cash , stock or bonds of this JUL-15-02 SAT 08 : 14 AM HARBORSIDEINC 2532651918 P. 07 ecty , and to Un.derteke oc oo`wi11 , assets , and PrQF c liabzlities of pion , the 9 p abli9ations O tacGc='ate any part CF .tj 2.ssume the ,,,Ole ocsscciation . cc oorPnrati.on . r� p5rson , Firm , CE' which tion flC association n any manner any Cc CC nde,btedness ❑r stock 6 To aid i v dances of any acts pr things dos:gnete.. bonds or ❑the[ securities �ndEto do zn5 such any this Crcocporation , value of Ito held b� cis essars�o��rve , enhancethe � ,- Fcotect , F �cucities ac evidences of znd� bonds oc ath. r s_ toper' f cr r'eSSaCy suitable cc p 1 and evscythinS ne� o a"tainment of 2^5 7 . To do all - the pU PPC525I tr. awecs u!hiCh the CorpCcztlCn may the azCompllshr..en` nE zn5 a� firms , the Fuctherancs cc and P Cocporz`ions w th Objects , or alone or in ca�juncticn o` e_ aLs , zge ;ts , ' 2s PrinciP to do hays , either �tities , ei _hs- cc ctr_c e, cc jo_. r and i-dividue_s ant ventu� e_ s , out aF Gr e uarantors , pa tnecs `rtinent to , cc srowin5 tcus east C ng inctdentaj ' P- � 5et Earth in t�is iother act or thi 5 ur esas ; or Pawe_ s connected w; th , the ar .)e_ts , P` P Fcticle - 1 ARTICL� Z� cocporation s`�all rav= Ch the r^� G� S1 .CG 1 The 2.gceSate num nd Cs- the C� snares w. , Snc- C- the authority to issue is FiFcy Thousa , GCC ) pad value . 1 P.RT ILLE U � ins5s until consideration ac^ 1 Tne ccr.Gratien wiil nCt ccT.Tence ba-� t��uC .OJ) has bast the value CE at least Five Hundred ❑oil- rece_ved t'-)e issuance OF shares . Eor 1 ARt1__CLF QT 1 - �; t � eEEice eE the ccrPa='ation The address cF the jr.; tial TE::j c�e2 ant a` such addcess are as and t`�a name CF its initial r =i 1 follows ; 1 281? Horsehead Bay Drive NW Gig Harbor, WA 98335 1 and Penny Senescu 1 ARTICLE UII the initial RoacdeO3ons The number of dicectecs cors' ituting i mooting of nirectacs is Cz) Two , And the names and addresses of the P who are to serve 2s followscs until the first annua- lshzceholders ace as JUL- 15-02 SAT 08 : 15 AN HARBORSIDEINC 2532651918 P. 08 NAME F05t C)CCice Address 2817 Horsehead Bay Drive NW Penny Senescu Gig harbor, WA 98335 ' 2817 Horsehead nay Drive NW C-27y D , senescu Gig Harbor, WA 98335 i The num5er of directors OF t;jis corporation shall not be less than one cr more than five and shall he fixed , and may be altecec' from time tc time , as may be provide` by the bylaws . In the case cE vacarcie_s in the Board OF Directors , a madocity of the rema-ining members cf the Ecard may elect directors to E11 ! such vac3 Gies . officers , other than the President. nerd not be dire-`--ors , a'd the directors need not be shag=holders . PR T ICLE U I I I The name and address of the sole incorporator of this c^rF;^a`_icn is as Follows : Penny Senescu 2817 Horsehead Bay Drive NW Gig Harbor, WA 98335 iPowers cF Licectars : ARTICLE IY P. . In fuctherancz and not in limitation of the powers cornFerre� b�; statute , the Eoacd e; Directors is expressly zutnocized : 1 . To make , alter and amend the bylaws oc this corpccaticn . The Ec cd of Directors shall not a'_tec , amend , cc repeal any bylaws fixing their gualiFicaticns , classifications term OF eFfice , cc compensation . 2 - To make regulations From time tc time Fec the closing OF the corporations stock transfer backs , and Far the fixing OF dates as of which lists of shareholders entitles to vote al a^y meeting shall be prepared . 3 . To Fix form time to time the amount of PfoFits c; the corporation to be reserved as wicking capital , or for any other laJFUI pu['po5e . q . To authorize and cause to be executed , mectgages ' liens , without limit as to amount , on the real and personal property OF the cccperaticn . r JUL- 15-02 SAT 08 : 15 AM HARBORSIDEINC 2532651918 P. 0%0 5 . To sell , exchange , convey cr otherwise dispose of a part of the property , assets end erFects of the corporation less than the whole oc less than substantially the whole tnereoF , on such terms and conditicMS as they shall deem advisalD e , without the ' consent of the shareholders in writing cc otherwise . B . No contra-t er Other transaction between the corporation and ' any other corporation and no act of the shall in any way be effected or invalidated by the Fact that any of the directors of the corporation are pecuniarily cr otherwise interested in , or are the ' are directors or oFFicecs OF , such other corporation ; any director individually , or any Firm or which any director may be a member , may be a party to , or may be pecuniarily cc otherwise interested in any contract or transaction of the corporation , provided that the Fact ' that he or such Firm so interested shall be discicsed cr shall have been known. to the Board of Directors or a majority tileroc)F ; and any director OF the cccperation u.,ho is 'also a director cc cFFi_er OF such Other corporation or who is so interested may be cour._ed in determining t^e existence of a quorom at any meeting of t`.-.e Scard OF Directors of the corporation which shall authorize any s_,ch cent---: ' oc transaction with like Fecce and EFFect as iF he were not such di.ectnc cr O` Ficec OF such corporation or not so nta-estsd . ' FRTICLE X The Corpccation shall indemniPy any director , o°Firer , o_ ' e-plc5=e , Or Former dire-tor , oFFicer cr empicuee of the corporation , or pe,scn who m-y have Served zt ; its request as a director , eF`icec or employee of another corporation in which it eons shares ' of capita' stock , Cr of which it is a creditor , against p>:penses actua'_15 and necessarily incurred by him in connection with the deFense of any action , suit or proceeding in which he is Tide party by reason of bei^g cr having been such director , c`'Ficec cc ' employee , except in relation to mattsrs as to which he shall be liab'e For negligence or misconduct in the performance of dut;; . The corporation may also reimburse to any director , oFFicer or emp_oyQe the cease-table costs OF settlement OF any action , suit or p"oceeding , iF it shall be Found by a majority OF a committee cOTpcsed cF the directors not involved in the matter OF controversy ' cwhethec or not a quorom) that it was to the interests of the con'zcration that such settlement be made and that such director , oFFicer or employee was net guilty OF negligence or misconduct . SiC17 rights of indemniFication and reimbursement shall not be ' exCluSive of any other rights to which such director , oFFicer or emalcyee may be entitled to under ar.y bylaw , agreement , vote of shareholders or otherwise . 1 ARTICLE XI ' The corporation reserves the right to amend , alter , change or repeal any provisions contained in these Articles OF Incorporation in the matter now or hereafter prescribed by law , and all rights and powers ' COMFecred her-in on shareholders and directors are subject to this reserved pcwer , JUL-15-02 SAT 08 : 16 AM HARBORSIDEINC 2532651918 P. 10 IN WITNESS UKEREOF , the sole incorporator- has executed these ' presents in duplicate this cay OF S�Ptemhsr 1�5 7 L (— Penny Senesce CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 0?,�fa, day of , 20 0.2. by ' and between THE CITY OF RENTON, Washington, a municipal co oration of the State of Washington, hereinafter referred to as "CITY" and Harborside, Inc. hereinafter ' referred to as "CONTRACTOR." WITNESSETH: ' 1) The Contractor shall within the time stipulated, (to-wit: within thirty 1301 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide ' and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project identified as SWP-27-2831 for improvement by construction and installation of: Sunnydale Downstream Storm System Replacement Project. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all ' applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction there over. It is further agreed and stipulated that all of said labor,materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. ' 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement ' b) Instruction to Bidders c) Bid Proposal d) Specifications ' e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any ' Contracts other than Federal-Aid FHWA ' 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any ' extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the t Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the ' serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every ' respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen 15 days after the serving upon it of such notice of termination does not perform the ' Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of ' and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. ' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against ' any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage ' to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or ' unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold' the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the ' City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by 1 Contracts other than Federal-Aid FHWA ' RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's ' negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and ' shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage ' prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar ' days after Contract final execution, and shall complete the full performance of the Contract not later than thirty 130 ] working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby ' stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. ' 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense ' of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of ' quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. ' 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection ' with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. Contracts other than Federal-Aid FHWA 11) The total amount of this contract is the sum of $ 116,416.0 0 One hundred sixteen thousand, four hundred sixteen dollars & 00/100 which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "General Requirements" and this Contract Document. ' IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. ' CONTRACTOR CITY OF RENTON e iden rt er/ caner M Jesse Tanner ' ATTEST ' cr ry Bonnie I. Walton City Clerk ' Firm Name check one Individual [3 Partnership ZCorporation Incorporated in Attention: ' If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. ' If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. ........................w .- -::-. ..................... ....... ............... ....................................................... *'**".......'......'.."".�...�.:::::::.-:::::.-:--- .-:--� * ......... ................... DATE MM/DD/YY 1 ) >: ACORD TM ..:: R :.:::::::::::::::.::::::::::::::::::._::::::::::::::::::::::::::::::::::::::_.:::::::::::::::::::::::::::::::.._:::.::::.:._::._-_._..._..-.....:::::..::..:::.- 07/11./2002 %ODUCER:>:.:.;:..... _......_......_.........................._.. _.__...... ..._..............._........ C -: :.:.::.CSSSUS::A 0 O THIS CERTIFICATE I ISSUED A MATTER F INFORMATION Bratrud Middleton Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Brokers Inc.- Tacoma Div ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.0.Box 11205 COMPANIES AFFORDING COVERAGE Tacoma,WA 98411-0205 COMPANY A North Pacific Insurance INSURED COMPANY Harborside Inc. B 2817 Horsehead Bay Dr NW Gig Harbor,WA 98335 COMPANY` COMPANY SRN D 1# .-.....-... .................................................................................................................................................................................................................................................... ............................................................................................................................................................................................................................................... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO POLICY EFFECTIVE POLICY EXPIRATION TR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS GENERAL LIABILITY C04146859 02/06/02 02/06/03 GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2,000,000 CLAIMS MADE I X]OCCUR PERSONAL&ADV INJURY $ 11000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 X WA Stop Gap FIRE DAMAGE(Any one fire) $ 100,000 MED EXP(Any one person) $ 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO C04146859 02/06/02 02/06/03 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ X Physical Damage _ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY. EACH ACCIDENT $ AGGREGATE $ A EXCESS LIABILITY ECL19982 02/06/02 02/06/03 EACH OCCURRENCE $ 2,000,000 X UMBRELLA FORM AGGREGATE $ 2,000,000 OTHER THAN UMBRELLA FORM $ WC TH- WORKERS COMPENSATION AND TOROR STMIT ER LIMITS ER EMPLOYERS'LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVEF1 OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $ A OTHER Equipment Floater C04146859 02/06/02 02/06/03 See Limit Below $1,000 Ded DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Project: Sunnydale Downstream Storm System Replacement The City of Renton is Additional Insured per the attached. Additional Insured applies if required by Contract,Agreement,or Permit ...::::...::::::.::......:.. EE3l1FICA€E lit#L13EFt..... G......11t17+t .... .. . :. _. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Renton EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL VD MAIL 1055 S Grady Way _45.... DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Renton,WA 98055 axzxnxueFxtce �xxxx7mm���c t l�AJM00MA3a0tWxx nxxstFtec WNILX xx AUTHORED REP S T I ` ...............I. 104134.............. F1? -5.:11r ..... .... + 1Cf3>i# V. ' C04-14-68-59 HARBORSIDE INC 02/06/02 COMMERCIAL GENERAL LIABILITY CS 807 (8-97) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. t AUTOMATIC ADDITIONAL INSUREDS INCLUDING COMPLETED OPERATIONS TO THE EXTENT ' REQUIRED BY AN INSURED CONTRACT This endorsement modifies insurance provided under the following: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to WHO IS AN INSURED(Section I1): 1. To the extent it is required by the terms of an insured contract which requires you to add by endorsement as an additional insured a person or organization, WHO IS AN INSURED (Section II) is amended to include ' as an insured such person or organization ("additional insured") but only with respect to: (a) Vicarious liability arising out of your ongoing operations performed for the additional insured; or t (b) Liability arising out of any act or omission of the additional insured for which you have entered into an enforceable "insured contract" which obligates you to indemnify the additional insured, or to furnish insurance coverage for the additional insured,and arising out of your ongoing operations for that additional insured. With respect to the insurance afforded these additional insureds, the following additional exclusions apply: t2. This insurance does not apply to"bodily injury," or"property damage"occurring after: ' (a) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs), to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or ' (b) That portion of"your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ' This exclusion does not apply to the extent that an "insured contract"requires that you assume the tort liability of the additional insured arising out of a risk that would otherwise be excluded by this exclusion. ' 3. This insurance does not apply to: "Bodily injury," "property damage," "personal injury" or "advertising injury" arising out of the rendering of, or ' the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing,approving,or failing to prepare or approve,maps,shop drawings,opinions,reports,surveys, ' field orders, change orders or drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. ' includes copyrighted material of Insurance Services Office, Inc., with its permission. ' NORTH PACIFIC INSURANCE COMPANY 0 CS 807 (8-97) Page 1 of 2 ' CITY OF RENTON CONSTRUCTION CONTRACTS ' INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS ' The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the (CONTRACTOR) under Contract Number . The (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense ' coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits(Coverage A)- Show WA L&I Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, ' includin`Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. r r LIMITS REQUIRED The(CONTRACTOR)shall carry the following limits of liability as required below: Commercial General Liability ' General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 ' *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers'Compensation 1 Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect ' for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1,000,000 i " 1 ' ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further,all policies of insurance described above shall: ' 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate and the (CONTRACTOR'S) expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)years after completion of the project. 1 r r r r 1 r r r PREVAILING MINIMUM HOURLY RATES i 1 1 WAGECOV.DOC\ ' BENEFIT CODE KEY-EFFECTIVE 03-03-02 sssttsassssssssssssssssssssssssssssasssssssssssssss■sssssssss►sssssssssssssssssssssssssssssssssssstsssssssssssssssssssss 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. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,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 EIGHT(8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(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 ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)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. 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 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. BENEFIT CODE KEY-EFFECTIVE 03-03-02 , -2- I. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TAAES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS 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 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 T?vlES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS ' AND HOLIDAYS SHALL BE PAID AT TWO TABS THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TABS THE HOURLY RATE OF WAGE. r ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO T?vIES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TABS THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TAMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TABS THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TABS 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 t ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TAMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TABS THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TABS THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TABS THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TABS THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TABS THE HOURLY , RATE OF WAGE. 4. 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. 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). BENEFIT CODE KEY-EFFECTIVE 03-03-02 -3- S. 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). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). 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). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). 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). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ' 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). H. 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). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) BENEFIT CODE KEY-EFFECTIVE 03-03-02 -4- 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL, DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING , DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET ' OR MORE: OVER 50'TO 100'-S 1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-S2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:SO.75, LEVEL ' B:$0.50, AND LEVEL C:S0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A& B: $1.00, LEVELS C&D:S0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:S1.00,LEVEL B:S0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540, Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe ' benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29.67 1M 5D BOILERMAKERS JOURNEY LEVEL $38.71 113 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.37 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $1171 1 CARPENTERS ACOUSTICAL WORKER $35.31 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $35.15 1 M 5D CARPENTER $35.15 1M 5D CREOSOTED MATERIAL $35.25 1M 5D DRYWALL APPLICATOR $34.94 1M 5D FLOOR FINISHER $35.28 1M 5D FLOOR LAYER $35.28 1M 5D FLOOR SANDER $35.28 1M 5D MILLWRIGHT AND MACHINE ERECTORS $36.15 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $35.35 1 M 5D ' SAWFILER $3528 1M 5D SHINGLER $35.28 1M 5D STATIONARY POWER SAW OPERATOR $35.28 1M 5D STATIONARY WOODWORKING TOOLS $35.28 1M 5D CEMENT MASONS JOURNEY LEVEL $36.15 1M 5D DIVERS&TENDERS _ ' DIVER $75.57 1M 5D 8A DIVER TENDER $37.85 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $35.67 16 5D 8L ASSISTANT MATE(DECKHAND) $35.23 1B 5D 8L BOATMEN $35.67 1B 5D 8L ENGINEER WELDER $35.72 1B 5D 8L LEVERMAN,HYDRAULIC $37.11 1B 5D 8L MAINTENANCE $35.23 1B 5D 8L MATES $35.67 1B 5D 8L OILER $35.33 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $34.92 1J 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS ' JOURNEY LEVEL $18.69 1 Pagel KING COUNTY Effective 03-03-02 (See Benefit Code Key) ' Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE , CABLE SPLICER $45.65 1D 6H CABLE SPLICER(TUNNEL) $62.70 1D 6H ' CERTIFIED WELDER $43.99 1D 6H CERTIFIED WELDER(TUNNEL) $60.27 1 D 6H CONSTRUCTION STOCK PERSON $23.33 1D 6H JOURNEY LEVEL $42.33 1D 6H JOURNEY LEVEL(TUNNEL) $57.83 1D 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $44.01 4A 5A CERTIFIED LINE WELDER $40.40 4A 5A GROUNDPERSON $29.62 4A 5A HEAD GROUNDPERSON $31.13 4A 5A HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A JACKHAMMER OPERATOR $31.13 4A 5A JOURNEY LEVEL LINEPERSON $40.40 4A 5A LINE EQUIPMENT OPERATOR $34.44 4A 5A ' POLE SPRAYER $40.40 4A 5A POWDERPERSON $31.13 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $31.29 4A 6Q MECHANIC $42.25 4A 6Q MECHANIC IN CHARGE $46.63 4A 6Q PROBATIONARY CONSTRUCTOR $16.27 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS , ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $11.05 1 ALL OTHER CONCRETE PRODUCTS-Carpenter $18.77 1B 6S ALL OTHER CONCRETE PRODUCTS-Clean-up $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $18.24 1B 6S ' ALL OTHER CONCRETE PRODUCTS-Gunite $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS-Maintenance $18.77 1B 6S ALL OTHER CONCRETE PRODUCTS-Operator $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS-Welder $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.99 1B 6S FENCE ERECTORS , FENCE ERECTOR $24.62 1 FLAGGERS JOURNEY LEVEL $24.99 1M 5D ' GLAZIERS JOURNEY LEVEL $35.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS ' MECHANIC $35.93 1F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 11 5A HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $30.15 1M 5D Page 2 KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN ASSISTANT ENGINEER $30.70 1 K 5D CHIEF ENGINEER $31.57 1K 5D COOK $26.58 1K 5D DECK ENGINEER,ABLE SEAMAN,OILER $26.58 1K 5D DECKHAND $26.17 1K 5D FIRST MATE $30.80 1K 5D MASTER $33.74 1K 5D MATE,LAUNCH OPERATOR $28.83 1K 5D MESSMAN $21.96 1K 5D ORDINARY SEAMAN $23.28 1K 5D INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $6.90 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $35.15 1 M 5D IRONWORKERS JOURNEY LEVEL $37.17 1B 5A LABORERS ASPHALT RAKER $30.15 i M 5D BALLAST REGULATOR MACHINE $29.67 i M 5D BATCH WEIGHMAN $24.99 i M 5D CARPENTER TENDER $29.67 1 M 5D CASSION WORKER $30.51 1M 5D CEMENT DUMPER/PAVING $30.15 1M 5D CEMENT FINISHER TENDER $29.67 1 M 5D CHIPPING GUN(OVER 30 LBS) $30.15 1M 5D CHIPPING GUN(UNDER 30 LBS)__ $29.67 iM 5D ' CHUCKTENDER $29.67 1M 5D CLEAN-UP LABORER $29.67 1 M 5D CONCRETE FORM STRIPPER $29.67 1M 5D CONCRETE SAW OPERATOR $30.15 1 M 5D CRUSHER FEEDER $24.99 1 M 5D CURING LABORER $29.67 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $29.67 1M 5D ' DITCH DIGGER $29.67 iM 5D DIVER $30.51 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $30.15 i M 5D DRILL OPERATOR,AIRTRAC $30.51 i M 5D DUMPMAN $29.67 1M 5D FALLER/BUCKER,CHAIN SAW $30.15 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $22.67 i M 5D construction debris cleanup) FINE GRADERS $29.67 1M 5D Page 3 KING COUNTY , Effective 03-OM2 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FIRE WATCH $29.67 1M 5D , FORM SETTER $29.67 1M 5D GABION BASKET BUILDER $29.67 1M 513 GENERALLABORER $29.67 1M 5D GRADE CHECKER&TRANSIT PERSON $30.15 1M 5D GRINDERS $29.67 1M 5D GROUT MACHINE TENDER $29.67 1M 5D , HAZARDOUS WASTE WORKER LEVEL $30.51 1M 5D HAZARDOUS WASTE WORKER LEVEL B $30.15 1M 5D HAZARDOUS WASTE WORKER LEVEL C $29.67 1M 5D HIGH SCALER $30.51 1M 5D HOD CARRIERIMORTARMAN $30.15 1M 5D JACKHAMMER $30.15 1 M 5D LASER BEAM OPERATOR $30.15 1M 5D MINER $30.51 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $30.15 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $30.15 1M 5D PILOT CAR $24.99 1M 5D PIPE RELINER(NOT INSERT TYPE) $30.15 1M 5D ' PIPELAYER&CAULKER $30.15 1M 5D PIPELAYER&CAULKER(LEAD) $30.51 1M 5D PIPEWRAPPER $30.15 1M 5D POTTENDER $29.67 1M 5D POWDERMAN $30.51 1M 5D POWDERMAN HELPER $29.67 1M 5D POWERJACKS $30.15 1 M 5D RAILROAD SPIKE PULLER(POWER) $30.15 1M 5D RE-TIMBERMAN $30.51 1M 5D RIPRAP MAN $29.67 1M 5D SIGNALMAN $29.67 1M 5D SLOPER SPRAYMAN $29.67 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $30.15 1 M 5D ' SPREADER(CONCRETE) $30.15 1M 5D STAKE HOPPER $29.67 1M 5D STOCKPILER $29.67 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $30.15 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $30.15 1M 5D TOOLROOM MAN(AT JOB SITE) $29.67 1M 5D TOPPER-TAILER $29.67 1M 5D , TRACK LABORER $29.67 1M 5D TRACK LINER(POWER) $30.15 1M 5D TUGGER OPERATOR $30.15 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $29.67 1M 5D VIBRATOR $30.15 1M 5D WELDER $29.67 1M 5D WELL-POINT LABORER $30.15 1M 5D ' LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $29.67 1M 5D PIPE LAYER $30.15 1M 5D , Page 4 ' KING COUNTY Effective 03-03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 ' LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $34.94 1M 5D MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16 84 1 METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13 04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 ' PRODUCTION WORKER $g 26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $28.63 2B 5A PLASTERERS JOURNEY LEVEL $35.63 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $44.76 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33.59 1T 5D 8L ' BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $36.05 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $36.49 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $36.99 1T 5D 8L ' BACKHOES, (75 HP&UNDER) $35.69 1T 5D 8L BACKHOES, (OVER 75 HP) $36.05 1T 5D 8L BARRIER MACHINE(ZIPPER) $36.05 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $36.05 1T 5D 8L ' BELT LOADERS(ELEVATING TYPE) $35.69 1T 5D 8L BOBCAT $33.59 1T 5D 8L BROOMS $33.59 1T 5D 8L BUMP CUTTER $36.05 1T 5D 8L CABLEWAYS $36.49 1T 5D 8L CHIPPER $36.05 1T 5D 8L COMPRESSORS $33.59 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $33.59 1T 5D 8L CONCRETE PUMPS $35.69 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $36.05 1T 5D 8L CONVEYORS $35.69 1T 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $35.69 1T 5D 8L Page 5 KING COUNTY Effective OMM2 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 20-44 TONS,WITH ATTACHMENTS $36.05 1T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $36.49 1T 5D 8L WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $36.99 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $37.49 1T 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $33.59 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $35.69 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $37.99 1T 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $36.05 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $36.49 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $36.99 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $36.99 1T 513 8L CRANES,TOWER CRANE OVER 175 IN HEIGHT,BASE TO BOOM $37.49 1T 5D 8L CRUSHERS $36.05 1T 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $36.05 1T 5D 8L DERRICK,BUILDING $36.49 1T 5D 8L DOZERS,D-9&UNDER $35.69 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $35.69 1T 5D 8L ' DRILLING MACHINE $36.05 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $33.59 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $35.69 1T 5D 8L FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $36.05 IT 5D 8L FORK LIFTS,(3000 LBS AND OVER) $35.69 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $33.59 1T 5D 8L GRADE ENGINEER $35.69 1T 5D 8L , GRADECHECKER AND STAKEMAN $33.59 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $35.69 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $35.69 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $36.05 1T 5D 8L HYDRALIFTSBOOM TRUCKS(10 TON&UNDER) $33.59 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $35.69 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $36.49 1T 5D 8L ' LOADERS,OVERHEAD(8 YD&OVER) $36.99 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $36.05 1T 5D 8L LOCOMOTIVES,ALL $36.05 1T 5D 8L , MECHANICS,ALL $36.05 1T 5D 8L MIXERS,ASPHALT PLANT $36.05 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $36.05 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $35.69 1T 5D 8L , MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $36.49 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $33.59 1T 5D 8L OPERATOR PAVEMENT BREAKER $33.59 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $36.05 1T 5D 8L PLANT OILER(ASPHALT CRUSHER) $35.69 1T 5D 8L ' POSTHOLE DIGGER,MECHANICAL $33.59 1T 5D 8L POWER PLANT $33.59 1T 5D 8L PUMPS,WATER $33.59 1T 5D 8L QUAD 9,D-10,AND HD41 $36.49 1T 5D 8L Page 6 KING COUNTY Effective 03-03-02 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ' REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $36.49 1T 5D 8L EQUIP RIGGER AND BELLMAN $33.59 1T 5D 8L ROLLAGON $36.49 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $33.59 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $35.69 1T 5D 8L ROTO-MILL, ROTO-GRINDER $36.05 1T 5D 8L SAWS,CONCRETE $35.69 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.05 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.49 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $35.69 1T 51D 8L SCREED MAN $36.05 1T 5D 8L SHOTCRETE GUNITE $33.59 1T 5D 8L SLIPFORM PAVERS $36.49 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $36.05 1T 5D 8L SUBGRADE TRIMMER $36.05 1T 5D 8L TRACTORS,(75 HP&UNDER) $35.69 1T 5D 8L TRACTORS,(OVER 75 HP) $36.05 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $36.05 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $36.49 1 T 5D 8L TRENCHING MACHINES $35.69 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $35.69 1T 5D 8L TRUCK CRANE OILERIDRIVER(100 TON&OVER) $36.05 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $33.59 1T 5D 8L YO YO PAY DOZER $36.05 1T 5D 8L 1 POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 4A 5A SPRAY PERSON $28.35 4A 5A TREE EQUIPMENT OPERATOR $28.75 4A 5A TREE TRIMMER $26.62 4A 5A TREE TRIMMER GROUNDPERSON $19.48 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $43.46 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $19.25 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $36.15 1 M 5D RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $22.18 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 ' RESIDENTIAL GLAZIERS JOURNEY LEVEL $24.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 Page 7 KING COUNTY ■ Effective 03-03-02 ■ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS t JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS ' JOURNEY LEVEL $14.83 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $27.87 1G 5A RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $43.46 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $2623 1.1 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $15.37 1 ROOFERS JOURNEY LEVEL $32.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $35.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $39.68 1.1 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) ' SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) , SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $42.48 113 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS , CHAIN PERSON $9.35 1 INSTRUMENT PERSON _ $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $24.74 26 5A HOLE DIGGERIGROUND PERSON $13.18 2B 5A INSTALLER(REPAIRER) $23.66 26 5A JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A SPECIAL APPARATUS INSTALLER 1 $24.74 26 5A SPECIAL APPARATUS INSTALLER II $24.21 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $24.74 213 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $22.91 26 5A TELEVISION GROUND PERSON $12.42 213 5A , TELEVISION LINEPERSON/INSTALLER $17.02 26 5A TELEVISION SYSTEM TECHNICIAN $20.54 213 5A TELEVISION TECHNICIAN $18.33 26 5A TREE TRIMMER $22.91 213 5A Page 8 KING COUNTY Effective 03-03-02 *errs** *�*��r**�***�* ***��*******,►��r****#**��*����*********���*�***�**:* +�,� ' (See Benefit Code Key) Over PREVAILING Time Holiday Note ' Classification WAGE Code Code Code TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $32.83 1H 5A ' TILE,MARBLE&TERRAZZO FINISHERS FINISHER $26.66 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $27.67 1K 5A ' TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $33.48 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $34.06 1T 5D 8L DUMP TRUCK $33.48 1T 5D 8L DUMP TRUCK&TRAILER $34.06 1T 5D 8L OTHER TRUCKS $34.06 1T 5D 8L ' TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 Page 9 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section -Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 ' Washington State Prevailing Wage Rates for Public Works Contracts ' The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. NOTE: Any apprentice not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journey level wages. To verify apprentice registration, call (360) 902-5324. KING County Apprentices ' Effective 3/3/02 Benefit Code Key PrevailingOvertime Holiday oliday Note Stage of Progression & Hour Range Wage Code Code Code JSBESTOS ABATEMENT WORKERS NVIRONMENTAL CONTROL PAINTERS 0 - 1000 Hours - 50.00% $15.31 1 M 5D 1001 - 2000 Hours - 60.00% $17.70 1 M 5D 12001 - 3000 Hours - 75.00% $23.09 1 M 5D I3001 - 4000 Hours - 90.00% $27.04 1 M 5D ABORERS 1: 0 - 1000 Hours - 60.00% $20.10 1 M 5D 4:' 1001 - 2000 Hours - 70.00% $22.49 1 M 5D 2001 - 3000 Hours - 80.00% $24.89 1 M 5D 4: 3001 - 4000 Hours - 90.00% $27.28 1 M 5D FOILERMAKERS 1: 0 - 1000 Hours - 70.00% $30.83 1 B 5N 1001 - 2000 Hours - 75.00% $32.14 1 B 5N : 2001 - 3000 Hours - 80.00% $33.46 113 5N 4: 3001 - 4000 Hours - 85.00% $34.77 1 B 5N 4001 - 5000 Hours - 90.00% $36.08 113 5N 5001 - 6000 Hours - 95.00% $37.40 1 B 5N RICK AND MARBLE MASONS 0 - 750 Hours - 50.00% $19.96 1 M 5A 2- 751 - 2250 Hours - 55.00% $21.36 1 M 5A 2251 - 3000 Hours - 60.00% $22.77 1 M 5A 3001 - 3750 Hours - 70.00% $25.58 1 M 5A 5- 3751 - 4500 Hours - 80.00% $28.39 1 M 5A 4501 - 5250 Hours - 90.00% $31.21 1 M 5A 5251 - 6000 Hours - 95.00% $32.61 1 M 5A ARPENTERS /-%%,QUJ I IUAL YYUKKLK 1: 0 - 1000 Hours - 50.00% $17.59 1 M 5D ' ?: 1001 - 2000 Hours - 60.00% $24.23 1 M 5D 3: 2001 - 3000 Hours - 68.00% $26.45 1 M 5D 4: 3001 - 4000 Hours - 76.00% $28.66 1 M 5D , 5: 4001 - 5000 Hours - 84.00% $30.88 1 M 5D 6: 5001 - 6000 Hours - 92.00% $33.09 1 M 5D , BRIDGE, DOCK AND WARF CARPENTERS 1: 1 st Period - 60.00% $20.26 1 M 5D 2: 2nd Period - 65.00% $25.51 1 M 5D i 3: 3rd Period - 70.00% $26.89 1 M 5D 4: 4th Period - 75.00% $28.27 1 M 5D , 5-. 5th Period - 80.00% $29.64 1 M 5D 6: 6th Period - 85.00% $31.02 1 M 5D ' 7: 7th Period - 90.00% $32.40 1 M 5D 8: 8th Period - 95.00% $33.77 1 M 5D CARPENTER ' 1: 1 st Period - 60.00% $20.26 1 M 5D 2: 2nd Period - 65.00% $25.51 1 M 5D 3: 3rd Period - 70.00% $26.89 1 M 5D 4: 4th Period - 75.00% $28.27 1 M 5D ' 5: 5th Period - 80.00% $29.64 1 M 5D 6: 6th Period - 85.00% $31.02 1 M 5D 7: 7th Period - 90.00% $32.40 1 M 5D , 8. 8th Period - 95.00% $33.77 1 M 5D DRYWALL APPLICATOR DRYWALL, METAL STUD AND CEILING APPLICATORS 1: 0 - 700 Hours - 50.00% $17.41 1M 5D 2: 701 - 1400 Hours - 60.00% $24.01 1 M 5D 3: 1401 - 2100 Hours - 68.00% $26.19 1 M 5D 4: 2101 - 2800 Hours - 76.00% $28.38 1 M 5D ' 5: 2801 - 3500 Hours - 84.00% $30.57 1 M 5D 6: 3501 - 4200 Hours - 92.00% $32.75 1 M 5D MILLWRIGHT AND MACHINE ERECTORS ' 1: 1 st Period - 60.00% $20.86 1 M 5D 2: 2nd Period - 65.00% $26.16 1 M 5D 3: 3rd Period - 70.00% $27.59 1 M 5D 4: 4th Period - 75.00% $29.02 1 M 5D 5: 5th Period - 80.00% $30.44 1 M 5D , 6: 6th Period - 85.00% $31.87 1 M 5D 7- 7th Period - 90.00% $33.30 1 M 5D 8: 8th Period - 95.00% $34.72 1 M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1: 1st Period - 60.00% $20.38 1 M 5D 2: 2nd Period - 65.00% $25.64 1 M 5D 3: 3'� Period - 70.00% �Z i.us I ivi Ou '4: 4th Period - 75.00% $28.42 1 M 5D 5: 5th Period - 80.00% $29.80 1 M 5D �6: 6th Period - 85.00% $31.19 1 M 5D 7: 7th Period - 90.00% $32.58 1 M 5D '8: 8th Period - 95.00% $33.96 1 M 5D CEMENT MASONS 1: 0 - 1000 Hours - 50.00% $22.82 1 M 5D 12: 1001 - 2000 Hours - 60.00% $25.49 1 M 5D 3: 2001 - 3000 Hours - 70.00% $28.15 1 M 5D '4: 3001 - 4000 Hours - 80.00% $30.82 1 M 5D 5: 4001 - 5000 Hours - 90.00% $33.48 1 M 5D 6: 5001 - 6000 Hours - 95.00% $34.82 1 M 5D ,DRYWALL TAPERS 1: 0 - 1000 Hours - 50.00% $21.62 1 J 5B 2: 1001 - 2000 Hours - 55.00% $22.95 1 J 5B '3: 2001 - 3000 Hours - 65.00% $25.61 1J 5B 4: 3001 - 4000 Hours - 75.00% $28.27 1 J 5B F5: 4001 - 5000 Hours - 85.00% $30.93 1 J 5B : 5001 - 6000 Hours - 90.00% $32.26 1J 5B ELECTRICIANS - INSIDE : 0 - 1000 Hours - 40.00% $16.80 1 D 6H 1 H 1001 - 2000 Hours - 50.00% $20.12 1 D 6H 3: 2001 - 3500 Hours - 55.00% $24.86 1 D 6H 3501 - 5000 Hours - 65.00% $28.74 1 D 6H 5: 5001 - 6500 Hours - 75.00% $32.62 1 D 6H 6: 6501 - 8000 Hours - 85.00% $36.50 1 D 6H ,ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON t1: 0 - 1000 Hours - 60.00% $26.62 4A 5A : 1001 - 2000 Hours - 65.00% $28.12 4A 5A 3: 2001 - 3000 Hours - 71.00% $29.93 4A 5A t3001 - 4000 Hours - 81.00% $32.93 4A 5A : 4001 - 5000 Hours - 85.00% $34.14 4A 5A 6: 5001 - 6000 Hours - 89.00% $35.33 4A 5A k: 6001 - 7000 Hours - 93.00% $36.54 4A 5A OLE SPRAYER 1: 0 - 1000 Hours - 85.70% $34.35 4A 5A 1001 - 2000 Hours - 89.80% $35.58 4A 5A 3: 2001 - 3000 Hours - 92.80% $36.48 4A 5A LECTRONIC & TELECOMMUNICATION TECHNICIANS 0 - 1000 Hours - 55.00% $6.90 1 1001 - 2000 Hours - 60.00% $7.24 1 2001 - 3000 Hours - 65.00% $7.85 1 4: 3001 - 4000 Hours - 70.00% $8.45 1 t4001 - 5000 Hours - 75.00% $9.05 1 : 5001 - 6000 Hours - 80.00% $9.66 1 7: 6001 - 7000 Hours - 85.00% $10.26 1 7001 - 8000 Hours - 95.00% $11.47 1 rLAUUL b 1: 0 - 1000 Hours - 60.00% $20.10 1 M 5D 2: 1001 - 2000 Hours - 70.00% $22.49 1 M 5D 3: 2001 - 3000 Hours - 80.00% $24.89 1 M 5D 4: 3001 - 4000 Hours - 90.00% $24.99 1 M 5D GLAZIERS 1: 0 - 1000 Hours - 45.00% $17.72 2E 5G , 2: 1001 - 2000 Hours - 50.00% $19.38 2E 5G 3: 2001 - 3000 Hours - 55.00% $21.04 2E 5G 4: 3001 - 4000 Hours - 60.00% $22.70 2E 5G ' 5: 4001 - 5000 Hours - 65.00% $24.35 2E 5G 6: 5001 - 6000 Hours - 70.00% $26.01 2E 5G 7: 6001 - 7000 Hours - 80.00% $29.33 2E 5G , 8: 7001 - 8000 Hours - 90.00% $32.64 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS , MECHANIC 1: 0 - 1000 Hours - 50.00% $21.40 1 F 5C 2: 1001 - 2000 Hours - 55.00% $22.85 1 F 5C ' 3: 2001 - 4000 Hours - 65.00% $25.76 1 F 5C 4: 4001 - 6000 Hours - 75.00% $28.66 1 F 5C 5: 6001 - 8000 Hours - 85.00% $31.57 1 F 5C ' HOD CARRIERS & MASON TENDERS 1: 0 - 1000 Hours - 60.00% $20.10 1 M 5D 2: 1001 - 2000 Hours - 70.00% $22.49 1 M 5D 3: 2001 - 3000 Hours - 80.00% $24.89 1 M 5D 4: 3001 - 4000 Hours - 90.00% $27.28 1 M 5D INSULATION APPLICATORS 1: 0 - 1000 Hours - 50.00% $17.51 1 M 5D 2: 1001 - 2000 Hours - 60.00% $24.13 1 M 5D ' 3: 2001 - 3000 Hours - 75.00% $28.27 1 M 5D 4: 3001 - 4000 Hours - 90.00% $32.40 1 M 5D IRONWORKERS 1: 0 - 1000 Hours - 65.00% $21.13 1 B 5A 2: 1001 - 2000 Hours - 70.00% $22.42 1 B 5A ' 3: 2001 - 3000 Hours - 75.00% $30.72 1 B 5A 4: 3001 - 4000 Hours - 80.00% $32.01 1 B 5A 5: 4001 - 5000 Hours - 90.00% $34.59 1 B 5A , 6: 5001 - 6000 Hours - 90.00% $34.59 1 B 5A 7: 6001 - 7000 Hours - 95.00% $35.88 1 B 5A , 8: 7001 - 8000 Hours - 95.00% $35.88 1 B 5A LABORERS 1: 0 - 1000 Hours - 60.00% $20.10 1 M 5D ' 2: 1001 - 2000 Hours - 70.00% $22.49 1 M 5D 3: 2001 - 3000 Hours - 80.00% $24.89 1 M 5D 4: 3001 - 4000 Hours - 90.00% $27.28 1 M 5D ' LABORERS - UNDERGROUND SEWER & WATER 1: 0 - 1000 Hours - 60.00% $20.10 1 M 5D , 2: 1001 - 2000 Hours - 70.00% $22.49 1 M 5D 3: 2001 - 3000 Hours - 80.00% $24.89 1 M 5D 4: 3001 - 4000 Hours - 90.00% $27.28 1 M 5D ' L-PA I "QrN*:)l �1: 0 - 1000 Hours - 50.00% $17.41 1 M 5D 2: 1001 - 2000 Hours - 60.00% $24.01 1 M 5D 3: 2001 - 3000 Hours - 68.00% $26.19 1 M 5D 3001 - 4000 Hours - 76.00% $28.38 1 M 5D 5: 4001 - 5000 Hours - 84.00% $30.57 1 M 5D F5001 - 6000 Hours - 92.00% $32.75 1 M 5D AINTERS 1: 0 - 750 Hours - 55.00% $13.86 2B 5A 751 - 1500 Hours - 65.00% $15.79 2B 5A 1501 - 2250 Hours - 75.00% $17.72 2B 5A 4: 2251 - 3000 Hours - 80.00% $19.45 2B 5A 3001 - 3750 Hours - 85.00% $20.47 2B 5A 3751 - 4500 Hours - 95.00% $22.50 2B 5A LASTERERS 0 - 500 Hours -40.00% $15.61 1 R 5A 2: 501 - 1000 Hours -45.00% $16.84 1 R 5A F: 1001 - 1500 Hours - 45.00% $22.14 1 R 5A : 1501 - 2000 Hours - 50.00% $23.37 1 R 5A 5: 2001 - 2500 Hours - 55.00% $24.59 1 R 5A 2501 - 3000 Hours - 60.00% $25.82 1 R 5A 3001 - 3500 Hours - 65.00% $27.04 1 R 5A I3501 - 4000 Hours - 70.00% $28.27 1 R 5A : 4001 - 4500 Hours - 75.00% $29.50 1 R 5A 10: 4501 - 5000 Hours - 80.00% $30.72 1 R 5A 92: 1: 5001 - 5500 Hours - 85.00% $31.95 1 R 5A 5501 - 6000 Hours - 90.00% $33.18 1 R 5A 13: 6001 - 6500 Hours - 95.00% $34.40 1 R 5A 4: 6501 - 7000 Hours - 95.00% $34.40 1 R 5A LUMBERS & PIPEFITTERS 1: 0 - 2000 Hours - 42.50% $21.29 1 G 5A 2001 - 3000 Hours - 50.00% $28.45 1 G 5A 3001 - 4000 Hours - 55.00% $30.09 1 G 5A 4001 - 5500 Hours - 60.00% $31.71 1 G 5A 5501 - 7000 Hours - 65.00% $33.35 1 G 5A 6: 7001 - 8500 Hours - 70.00% $34.97 1 G 5A t- 8501 - 10000 Hours - 85.00% $39.88 1 G 5A OWER EQUIPMENT OPERATORS ALL EQUIPMENT 0 - 500 Hours - 55.00% $23.40 1T 5D 8L 501 - 1000 Hours - 60.00% $24.77 1T 5D 8L 1001 - 2000 Hours - 65.00% $26.13 1T 5D 8L 2001 - 3000 Hours - 70.00% $27.50 1T 5D 8L 5: 3001 - 4000 Hours - 75.00% $28.86 1T 5D 8L 4001 - 5000 Hours - 80.00% $30.23 1T 5D 8L 5001 - 6000 Hours - 90.00% $32.96 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS REE TRIMMER 0 - 1000 Hours - 65.00% $18.41 4A 5A 1001 - 2000 Hours - 75.00% $20.51 4A 5A J. LUU I - )UUU rlours - OU.UU%o 0L 1.00 4H ZM 4: 3001 - 4000 Hours - 90.00% $23.68 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 1: 0 - 2000 Hours - 42.50% $19.78 1G 5A ' 2: 2001 - 4000 Hours - 50.00% $25.36 1G 5A 3: 4001 - 6000 Hours - 60.00% $28.97 1G 5A ' 4: 6001 - 8000 Hours - 70.00% $32.61 1G 5A 5: 8001 - 10000 Hours - 85.00% $38.03 1G 5A RESIDENTIAL CARPENTERS ' 1: 1st Period - 60.00% $14.08 1 2: 2nd Period - 65.00% $15.26 1 , 3. 3rd Period - 70.00% $16.43 1 4: 4th Period - 75.00% $17.60 1 5: 5th Period - 80.00% $18.78 1 ' 6- 6th Period - 85.00% $19.95 1 7: 7th Period - 90.00% $21.12 1 8: 8th Period - 95.00% $22.30 1 RESIDENTIAL ELECTRICIANS , 1: 0 - 900 Hours - 50.00% $13.12 1 2: 901 - 1800 Hours - 55.00% $14.43 1 3: 1801 - 2700 Hours - 75.00% $19.68 1 ' 4: 2701 - 4000 Hours - 85.00% $22.30 1 RESIDENTIAL PLUMBERS & PIPEFITTERS ' 1: 0 - 1000 Hours - 55.00% $18.42 1 G 5A 2: 1001 - 2000 Hours - 65.00% $20.52 1G 5A 3: 2001 - 4000 Hours - 75.00% $22.62 1G 5A , 4: 4001 - 6000 Hours - 85.00% $24.72 1G 5A ROOFERS 1: 0 - 820 Hours - 60.00% $20.18 1 R 5A , 2: 821 - 1630 Hours - 67.00% $21.94 1 R 5A 3: 1631 - 2450 Hours - 74.00% $23.70 1 R 5A , 4: 2451 - 3270 Hours - 81.00% $27.76 1 R 5A 5: 3271 - 4080 Hours - 88.00% $29.52 1 R 5A 6: 4081 - 4899 Hours - 95.00% $31.27 1 R 5A SOFT FLOOR LAYERS 1: 0 - 750 Hours - 45.00% $15.51 1 B 5A ' 2: 751 - 1500 Hours - 50.00% $16.88 113 5A 3: 1501 - 2250 Hours - 60.00% $19.62 1B 5A 4: 2251 - 3000 Hours - 70.00% $22.37 113 5A ' 5: 3001 - 3750 Hours - 80.00% $25.11 1 B 5A 6: 3751 - 4500 Hours - 90.00% $27.86 1 B 5A SPRINKLER FITTERS (FIRE PROTECTION) 1: 1st Period - 40.00% $15.64 1 B 5C 2: 2nd Period - 42.00% $16.27 113 5C , 3. 3rd Period - 44.00% $16.90 1B 5C 4: 4th Period - 47.00% $17.85 1 B 5C 5: 51'' Period - 52.00% bZZ. I L I b Ok., ,6: 6th Period - 57.00% $23.69 1 B 5C 7: 7th Period - 62.00% $25.52 1 B 5C ,8: 8th Period - 65.00% $26.46 1 B 5C 9: 9th Period - 75.00% $30.11 1 B 5C 10: loth Period - 80.00% $31.68 1 B 5C TERRAZZO WORKERS & TILE SETTERS 1: 0 - 1000 Hours - 50.00% $18.51 1 H 5A 12: 1001 - 2500 Hours - 55.00% $19.77 1 H 5A 3: 2501 - 3500 Hours - 60.00% $21.04 1 H 5A 4: 3501 -4500 Hours - 70.00% $23.58 1 H 5A '5: 4501 - 5500 Hours - 80.00% $26.11 1 H 5A 6: 5501 - 6250 Hours - 90.00% $28.65 1 H 5A (7: 6251 - 7000 Hours - 95.00% $29.92 1 H 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER '1: 0 - 1000 Hours - 50.00% $18.11 1 H 5A 2: 1001 - 2500 Hours - 55.00% $19.33 1 H 5A 3: 2501 - 3500 Hours - 60.00% $20.56 1 H 5A 14. 3501 -4500 Hours - 70.00% $23.02 1 H 5A TRAFFIC CONTROL STRIPERS 11: 0 - 500 Hours - 60.00% $12.68 1 K 5A 2: 501 - 1000 Hours - 60.00% $15.48 1 K 5A 3: 1001 - 2333 Hours - 60.00% $17.76 1 K 5A 2334 -4666 Hours - 73.00% $20.98 1 K 5A 5. 4667 - 7000 Hours - 88.00% $24.70 1 K 5A TRUCK DRIVERS ALL TRUCKS 1: 0 - 700 Hours - 70.00% $26.17 1T 5D 8L 701 - 1400 Hours - 80.00% $28.61 1T 5D 8L 3: 1401 - 2100 Hours - 90.00% $31.04 1T 5D 8L Department of Labor and Industries n.r� 0 1-tv 1 1-!.1V i t,,1\ 1 V 1' 11,41 1 L' 114 1 1 l! ' Prevailing Wage £ PAY PREVAILING WAGES www 9 i.wa.g5 Public Works Contract www.lni.wa.gov/prevailing wage ��°°°"�1� $25.00 Filing Fee Required •This form must be typed or printed in ink. Project Name Contract# •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) APPROVED FORM WILL BE MAILED TO THIS ADDRESS. Address Contractor,company or agency name,address,city,state&ZIP+4 ' City State ZIP+4 Awarding Agency Project Contact Person Phone# County where work will be performed Tty where work will be performed Bid due date (m/d/y) Date contract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Do you intend to use subcontractors? Do you intend to use apprentices? Yes No Q Yes E]No ' Craft/trade and occupation (Do NOT list apprentices) i Rate of Rate of hourly Estimated no. Hourly Pay fringe benefits of workers E t i i i I i i Company name,address,city,state,ZIP+4 Indicate total dollar amount ' of your contract $ I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature ' Email address Phone number ( ) Check Number. Amount APPROVED: Department of Labor and Industries Issued By By industrial Statistician Flo0-029-M statement of intent to pay prevailing wages 2-02 After APPROVAL, send white copy to Awarding Agencv Canary copy-L&I How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. , Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work will be performed by owners/partners, ' state"Owner/Operator" under the"Craft" section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30% of the company are not considered ' to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors, state"All work subcontracted" under the"Craft" section. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of ' qualified hourly fringe benefits, as defined by RCW 39.12.010, that you will actually provide to the workers. The amount listed for"Rate of ' Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing Total Dollar Amount of Your Contract Missing —Enter"time and materials" if applicable. The exact dollar amount will be required on the Affidavit of Wages Paid form. ' Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying, truck driving). , Signature Missing—Intent must be signed by an authorized representative. Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and , Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO register with the Washington Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the , top of each form"Page 1 of 2","Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval ' of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. ' Prevailing wage rates are available on the Internet at www.Lni.wa.gov/prevailinQwage Submit both copies (white and yellow) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope ' PO BOX 44835 OLYMPIA, WASHINGTON 98504-4835 For questions call (360) 902-5335 Department of Labor and Industries R`�,�e p AFFIDAVIT OF WAGES PAID ' Prevailing Wage (360)902-5335 m Public Works Contract www.Ini.wa.gov/prevalingwage �yj'•°•�� $25.00 Filing Fee Required •This form must be typed or printed in ink Project Name Contract# •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 ' Awarding Agency Project Contact Person Phone# County where work was performed City where work was performed Bid due date (m/d/y) Date contract awarded (m/d/y) ' Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed (m/d/y) ' Craft/trade/occupation and apprentices(For apprentices,give name, Number Total#hrs Rate of Rate of hourly registration#,trade,dates of work on project and stage of progression) of Workers j worked-ea trade Hourly Pay ( fringe benefits � I I i I 1 i i i Company name,address,city,state,ZIP+4 Indicate total dollar amount ' of your contract $ I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no ' less than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature Email address Phone number Flss.ed Amount: CERTIFIED: Department of Labor and Industries B g y Industrial Statistician F700-007-000 affidavit of wages 2-02 After APPROVAL. send white copy to Awarding Agency Canary copy-L&I How to expedite the processing of your form: ' REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the ' date bids from prime contractor were due to the contract awarding agency. Date work completed Missing or a date in the future. Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay Prevailing Wages being filed. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. Owner/Operators: If the work was performed by owners/partners, state ' "Owner/Operator" under the"Craft"section,and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) , All work subcontracted: If all work was performed by subcontractors, state"All work subcontracted"under the"Craft"section. Number of workers each trade Missing , Total number of hours worked each trade Missing Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified ' hourly fringe benefits, as defined by RCW 39.12.010,that you actually provided to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. ' Apprentices* Missing information or apprentice not registered*. List each apprentice by name, registration number, trade, stage of progression, beginning and ending dates of work performed on the proiect(m/d/y to m/d/y), and rate of hourly pay and fringe ' benefits. Total Dollar Amount of Your Contract Missing—Enter exact amount not"time and materials"). Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a contractor's ' registration number need only indicate UBI (i.e.,janitorial, surveying,truck driving). Signature Missing—Affidavit must be signed by an authorized representative. * Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid prevailing voumey level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE: ' Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO register with the Washington Apprenticeship and Training Council to qualify for apprentice rates. If there is not enough space to list all required information on one form, use additional Affidavit forms as needed. Please indicate at the ' top of each form "Page 1 of 2", "Page 2 of 2", etc. No additional fee is required. No other attachments will be accepted. Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify ' approval of the classifications of labor used by the contractor/subcontractor. L&I-will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Prevailing wage rates are available on the Internet at www.Lni.wa.gov/Prevailingwage t Submit both copies (white and yellow) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT. OF LABOR AND INDUSTRIES will show in a window envelope ' PO BOX 44835 OLYMPIA, WASHINGTON 98504-4835 For questions call (360)902-5335 1 CERTIFICATION OF PAYMENT OF PREVAILING WAGES ' Date: Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period ' from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor& Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: ' Title: 1 1 1 ' Sunnydalc Downstream Storm System Replacement Project ENVIRONMENTAL REGULATIONS r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the following laws, ordinances, and resolutions: King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553, No. 24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a Iicensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASMNGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of $5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire conditions. Page I of 5 r R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or silvicultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning. U.S.ARMY CORPS OF ENGINEERS , Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U. S. Attorney and share a portion of the fine. Page 2 of 5 r r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME ' Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of Public Works will obtain.) rWASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc.) Page 3 of 5 r r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3 1899: Requires permit for construction (other than , bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) FIRE PROTECTION DISTRICT R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter — dust), and Section 9.15 (preventing particulate matter from becoming airborne). Page 4 of 5 r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five (5) dwelling units). The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. r Page 5 of 5 CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS i r i 1 1 ' SPECCOV.DOC\ City of Renton SUPPLEMENTAL 1 SPECIFICATIONS for the 1996 Standard Specifications for Road, Bridge, and Municipal Construction �Y N� Adopted May 19 1997 P y v7FAIP Washington State Department of Transportation American Public Works Association Washington State Chapter ' CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal Construction (English)" published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter. WSDOT Amendments WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. The included Index to Amendments lists all amendments received and acknowledged by the time of publication of this document. These Amendments shall be considered a part of the Standard Specifications. Standard Plans The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used together with the original document(s). Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original (WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with ' a line through the characters. Eris dol ) All replacement text or text being added is shown as underlined type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions. When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the meaning of the added text. Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following the listing of the section number and title: (APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard Specifications. (SA) Signifies that the section has been modified from the original State text by an amendment produced by WSDOT. The text of the subject section is shown as modified by the amendment, otherwise WSDOT Amendments are not shown in this document except for their listing in the Index to Amendments. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. Page-RS-i 1 Revision Date:May 19, 1997 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS . Division1 General Requirements........................................................................................................... 1 I-01 Definitions and Terms..................................................................................................... 1 1-02 Bid Procedures and Conditions..........................................................................................2 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work..........................................................................................................3 1-05 Control of Work............................................................................................................3 1-06 Control of Material.........................................................................................................7 1-07 Legal Relations and Responsibilities to the Public..................................................................7 1-08 Prosecution and Progress................................................................................................12 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................19 Division2 Earthwork.........................................................................................................................22 2-02 Removal of Structures and Obstructions.............................................................................22 2-03 Roadway Excavation and Embankment..............................................................................22 2-04 Haul...........................................................................................................................23 2-06 Subgrade Preparation ....................................................................................................23 2-09 Structure Excavation....................................... .................23 Division 3 Production From Quarry and Pit Sites and Stockpiling................................................ 25 3 No supplemental specifications were necessary........................................................................25 Division4 Bases................................................................................................................................25 4 No supplemental specifications were necessary.........................................................................25 Division5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement.............................................................................................26 Division6 Structures..........................................................................................................................29 6-12 Rockeries....................................................................................................................29 Division 7 Drainage Structures, Storm Sewers,Sanitary Sewers,Water Mains, and Conduits.............................30 7-01 Drains ts .30 .................................................................................................................... 7-02 Culverts 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass.........................................................30 7-04 Storm Sewers..............................................................................................................30 7-05 Manholes, Inlets,and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements.............................................................................32 7-10 Trench Exc.,Bedding, and Backfill for Water Mains............................................................34 7-11 Pipe Installation for Water Mains ....................................................................................34 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers...........................................................................................................39 Division8 Miscellaneous Construction.....................................................................................................40 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................40 8-13 Monument Cases...........................................................................................................40 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination, Traffic Signal Systems, and Electrical..............................................................41 8-22 Pavement Marking........................................................................................................47 8-23 Temporary Pavement Markings........................................................................................48 Page-RS-ii Revision Date:May 19, 1997 t Division9 Materials...........................................................................................................................49 9-00 Definitions and Tests......................................................................................................49 9-02 Bituminous Materials.....................................................................................................49 9-04 Joint and Crack Sealing Materials.....................................................................................50 9-05 Drainage Structures, Culverts,and Conduits.......................................................................50 9-06 Structural Steel and Related Materials..............................................................................51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 9-29 Illumination,Signals,Electrical........................................................................................52 9-30 Water Distribution Materials...........................................................................................58 INDEXTO WSDOT AMENDMENTS ......................................................................................................60 WSDOTAMENDMENTS......................................................................................................60 r r i Page-RS-iii Revision Date:May 19, 1997 - - —1-Auvuaauu terms Department shall also refer to the Department of Division 1 Planning/Building/Public Works Administrator. Special Provisions(RC) General Requirements Modifications to the standard specifications and the amenelments and supplemental specifications that apply to an individual project. The special provisions may describe work the 1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The SECTION 1-01.1 ISREVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid prices(RC) 1-01.I General (RC) State(RC) Whenever reference is made to the State, Commission. The state of Washington acting through its representatives. Department of Transportation Secretary of Transportation The State shall also refer to The City of Renton and its authorized Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council Contract Documents(APWA) employees, and duly authorized representatives for all contracts The component parts of the contract which may include but administered by the City of Renton. are not limited to, the Proposal Form the Contract Form bonds insurance certificates, various other certifications and affidavit the SECTION I-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans Working Drawings the THE FOLLOWING: Standard Specifications, the Standard Plans Addendum and 1-01.3 Definitions(RC, APWA) Change Orders. Dates(APWA) Act of god(RC) Bid Opening Date(APWA) "Act of God" means an earthquake flood cyclone or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature. A rain windstorm high water reads the bids. ' or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work, which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to_ from historical records of the general locality of the work shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract Execution Date (APWA) Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) Agency. The date stated in the Notice to Proceed on which the Contract Day(RCS time begins. Unless otherwise designated day(s) as used in the Contract Contract Completion Date(APWA RC) Documents,.shall be understood to mean working days. The date by which the work is contractually required to be Or Equal (RC) completed. The Contract Completion Date will be stated in the Where the term "or equal" is used herein the Contracting Notice to Proceed. Revisions of this date will be authorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer, shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date(APWA, RC) The responsibility and cost of furnishing necessary evidence The date on which the Contracting Agency accepts the work demonstrations, or other information required to obtain the as complete per contract requirements. approval of alternative materials or processes by the Owner shall Material (APWA) be entirely borne by the Contractor. Any substance specified for use in the construction of the Owner(RC) project and its appurtenances which enters into and forms a part of The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so referred to as Contracting Agency. used and is furnished for that purpose. Plans(RC) Materialman(APWA) The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material, character, and dimensions of prescribed work including layouts, supply, commodity, equipment or manufactured or fabricated profiles,cross-sections,and other details. product and does not perform labor at the Project Site; a supplier. Drawings may either be bound in the same book as the Notice of Award (APWA) balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the j area part of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Agency's acceptance I binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with the Work and establishing the date on which the Secretary, Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Page-SP-1 Revision Date:May 19, 1997 1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract 1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a FOLLOWING: waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.1 Qualifications of Bidder (APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE Bidders shall be qualified by experience, financing, FOLLOWING: equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals APWA Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by include a pre qualification procedure prior to the Bidder being addenda. furnished a proposal form on any contract or a preaward survey of SECTION 1-02.13 PARAGRAPH I IS REVISED AS FOLLOWS: the Bidder's qualifications prior to award. SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RC) FOLLOWING: a. The bidder is not prequalified when so required; 1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as towhere Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) the Contracting Agency's official newspaper. 3. A bidder is not p;equalifted for the work or to the full SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; SENTENCE], PARAGRAPH I TO READ: 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract , If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS.- sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids_(RC, APWA) bidders. The total of extensions, corrected where necessary, and SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the FOLLOWING: Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids Alternates, Additives, or Deductives, if such be to the advantage of or special provisions. The City reserves the right however to the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its Deductives, or Alternates set forth in the Pro discretion. Proposal Forms unless otherwise specified in the Special Provisions. SECTION I-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING: 1-03.2 Award of Contract (RC) 1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring All prices shall be in legible figures and(not-words)written in execution, together with a list of all other forms or documents ink or typed.The proposal shall include: required to be submitted by the successful bidder, will be I. A unit price for each item (omitting digits more than four forwarded to the successful bidder within 10 days of the award._ , places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall he be written in words; where a conflict arises the written words shall determined by the Contracting Agency. prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS ' SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS. SECTION. 1-03.3 Execution of Contract (APWA, RC) 1-02.6(1) Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the material(s) which constitute "(valuable) formula, designs, Contracto , the successful bidder shall return the drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption_ The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award Page-SP-2 Revision Date:May 19, 1997 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE additional calendar days for return of the documents, provided the FOLLOWING: ' Contracting Agency deems the circumstances warrant it. es 1-04.4 Chan C The Contracting Agency is prohibited by RCW 39.06.010 g � ) from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS. When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC) number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall at the engineer's discretion be Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost ' Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the project and no compensation will be made. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump sum," shall FOLLOWING TO THE FIRST PARAGRAPH: be full compensation for all work equipment and materials required to perform final cleanup. If this pay item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further 5. Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work sin official statements (sole proprietor or partner). If the ' Contractor is a corporation, the bond must be signed by the president or vice-president,unless accompanied by written proof of SECTION I-05.3 IS REVISED AS FOLLOWS: the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (RC corporation(i.e., corporate resolution power of attorney or a letter ' to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be 1-04 Scope of the Work on sheets measuring 24-by 36 22 by 34 inches or on sheets with dimensions in multiples of 8-1/2 by I inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-04.1 Intent of the Contract (RC) 1-05.4 Conformity with and Deviations from Plans The Contractor is encouraged to provide to the Engineer prior and Stakes (RC) to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work, including such ' regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,1-11 and elsewhere accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer. method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY ' the specifications. THE FOLLOWING: SECTION 1-04.2 IS REVISED AS FOLLOWS. 1-05.5 Construction Stakes (RC) 1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the ' Special Provisions Specifications, and Addenda Contractor shall provide all required survey work, including such (RC) work as mentioned in Sections 1-05.4, 1-05.5, 1-1I and elsewhere Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs by following this order of precedence (e.g., 1 presiding over 2, 3, for this survey work shall be included in "Contractor Supplied 4,5,6, and 7; 2 presiding over 3,4, 5, 6, and 7; and so forth): Surveying,"per lump sum. 1. Addenda 1-05.50) General (APWA, RQ 2. Proposal Form 3. Special Provisions The Engineer or Contractor supplied surveyor will provide 4. Contract Plans construction stakes and marks establishing lines, slopes and grades 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform t 6. Supplemental Specifications. such work per Section I-11. The Contractor shall assume full 7. Standard Plans responsibility for detailed dimensions, elevations and excavation 6,8. Standard Specifications slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. Page-SP-3 ' Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade prepared to permit construction staking to proceed in a safe and before offset hubs are set. orderly manner. The Contractor shall keep the Engineer or ' Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable , Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances. control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the satisfactory substantiating evidence to prove the error is furnished Drawings. the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls the minimum points used to determine any variation from a straight both horizontal and vertical as necessary to assure proper line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the ' Contractor shall be liable for any error in alignment or grade. following tolerances: The Contractor shall provide all surveys required other than 1. Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2. Alignment +.Ol foot (between successive points) done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot (from plan elevations) , of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey 1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities. performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated. of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying(RC) If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in , monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11. All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in Contractor shall be included in the prices bid for the various items writing of any errors, discrepancies,and omissions to the plans that which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the "Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors, included in the contracts. discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. 1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the lines, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points completion of the Work. These shall generally consist of one initial before physically removing them. set of: The surveyor shall be responsible for maintaining As-Built 1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate his 2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built 3. Centerline finish grade stakes for pavement sections records for the project. wider than 25 feet, and If the Contractor and Surveyor fail to provide, as directed by 4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications, accurate As- utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the max interval). Engineer may elect to provide at Contractor expense, a surveyor to On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the Engineer or Contractor supplied surveyor shall provide offset hubs Engineer_ The Engineer shall deduct expenses incurred by the on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor. Page-SP-4 Revision Date:May 19, 1997 , 1-05 Control of Work 1-05 Control of Work Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's lump sum price for "Contractor Supplied Surveying." failure to perform the Work as required. 1-05.5(5) Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE (RQ FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA,RQ prior to the backfilling of the trenches by centerline station offsets and depth below pavement, of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptty, upon written order by locate by centerline station, offset and elevation each major item of the Contracting Agency, return and in accordance with the work done under this contract per the survey standard of Section I- Engineer's instructions, either correct such Work or if such Work I L. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site Manholes, Catch basins and Inlets, Valves vertical and and replace it with non defective and authorized Work all without Horizontal Bends, Junction boxes, Cleanouts Side Sewers Street cost to the Contracting Agency. If the Contractor does not Lights & Standards, Hydrants, Major Changes in Design Grade promptly comply with the written order to correct defective and Vaults, Culverts, Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists the Contracting After the completion of the work covered by this contract the Agency reserves the right to have defective and unauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work." prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities and one set of white exclude or diminish the Contracting Agency's rights under any law prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 it's accuracy. limiting actions upon a contract in writing or liability expressed or All costs for as-built work shall be included in the contract implied arising out of a written agreement. item "Contractor Supplied Surveying.' The Contractor shall warrant good title to all materials supplies, and equipment purchased for or incorporated in the THE VACANT SECTION 1-05.8 IS REPLACED BY. Work. Nothing contained in this paragraph however, shall defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to Defective and Unauthorized Work (APWA) recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting work within the time specified in a written notice from the Agency. Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all Contract Documents, the Engineer may correct and remedy such subcontracts and material contracts, and notice of its provisions work as may be identified in the written notice by such means as shall be given to all persons furnishing materials for the Work the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. _Agency forces. Section 1-05.11 is deleted and the first two sentences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an emergency following: situation, the Engineer may have the defective and unauthorized 1-05.11 Final Inspection ("WA) Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An 1-05.11(1) Substantial Completion Date ("WA) emergency situation is any situation which in the opinion of the When the Contractor considers the work to be substantially Engineer, a delay in its remedy could be potentially unsafe or complete, the Contractor shall so notify the Engineer and request might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be ' attributable to correcting and remedying defective or unauthorized met: Work, or Work the Contractor failed or refused to perform shall 1. The Contracting Agency must have full and unrestricted be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities, both from the operational and Engineer from monies due, or to become due the Contractor. Such safety standpoint. direct and indirect costs shall include in particular, but without 2. Only minor incidental work, replacement of temporary limitation, compensation for additional professional services substitute facilities, or correction or repair work remains to reach required, and costs for repair and replacement of work of others physical completion of the work. ' destroyed or damaged by correction removal, or replacement of The Contractor's request shall list the specific items of work the Contractor's unauthorized work_ in subparagraph two above that remains to be completed in order to No adjustment in contract time or compensation will be reach physical completion. The Engineer may also establish the allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally. attributable to the exercise of the Contracting Agency's rights Page-SP-5 ' Revision Date:May 19, 1997 I-u-') l.ontroi of work I-US Control of Work If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer intended use, the Engineer, by written notice -to the Contractor The costs for power, gas labor, material supplies and will set the Substantial Completion Date. If after this inspection everything else needed to successfully complete operational testing the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system ready for its intended use, the Engineer will by written notice so being tested, unless specifically set forth otherwise in the Bid notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concurring in or denying Operational and test periods when required by the Engineer, ' substantial completion, whichever is applicable the Contractor shall not affect a manufacturer's guaranties or warranties furnished shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. interruption, the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE Completion. The Contractor shall provide the Engineer with a FOLLOWING. revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1-05.12 Final Acceptance (APWA) The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the , establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established A considers the work physically complete and ready for Final Inspection. Certificate of Completion for the Work issued by the Contracting Agency will establish the Completion Date and certify the Work as , 1-05.11(2) Finkl Inspection Date (APWA) complete. The Final Contract Price may then be calculated The When the Contractor considers the Work physically complete following must occur before the Completion Date can be and ready for Final Inspection, the Contractor by Written Notice established and the Final Contract Price calculated: shall request the Engineer to schedule a final inspection. The 1. The physical work on the project must be complete Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law, necessary to allow the notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work signed by the Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work The necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency been corrected. from unilaterally certifying the Contract complete so the Engineer If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9 7 days after receipt of the Written Notice listing the deficiencies SECTION 1-05.13 IS SUPPLEMENTED BY REVISING the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of , Upon correction of all deficiencies the Engineer will notify Contractor (APWA) the Contractor and the Contracting Agency, in writing of the date Whenever the Contracting Agency evaluates the Contractor's upon which the Work was considered physically complete. That prequalification pursuant to Section 1-02.1,the Contracting Agency , date shall constitute the Physical completion date of the Contract will take these performance but shall not imply all the obligations of the Contractor under the there reports into account. Contract have been fulfilled. SECTION I-05 IS SUPPLEMENTED BY ADDING THE 1-05.11(3) Operational Testing (APWA) FOLLOWING NEW SECTIONS: It is the intent of the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA) the Work involves the installation of machinery or other The Contractor shall make necessary arrangements and shall , mechanical equipment; street lighting electrical distribution or bear the costs for power and water necessary for the performance signal systems; buildings; or other similar work it may be desirable of the Work. for the Engineer to have the Contractor operate and test the Work for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) , Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer, agent or under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or and following the test period, the Contractor shall correct any items obligations contained in any of the documents comprising the of workmanship, materials or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered that are not in first class operating condition. Equipment electrical as unofficial information and in no way binding upon the controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing. , during this period, shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Page-SP-6 Revision Date:May 19, 1997 , ' 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax liability- SECTION The Contractor shall include all Contractor-paid taxes in the I-06.02(2) IS SUPPLEMENTED BY ADDING THE unit bid prices or other contract amounts. In some cases however, FOLLOWING: state retail sales tax will not be included. Section 1-07.2(3) 1-06.2(2) Statistical Evaluation of Materials for describes this exception. The Contracting Agency will pay the retained percentage only Acceptance if the Contractor has obtained from the Washington State UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate showing that all contract- USED STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.050). The Contracting USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or the Public not. Any amount so deducted will be paid into the proper State fund. SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related rules, apply to building, 1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by The Contractor shall indemnify, defend,and save harmless the the United States, and which are used primarily for foot or Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems employees) against any claims that may arise because the within and included as a part of the street or road drainage system Contractor(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system. materialman)violated a)egal requirement. For work performed in such cases, the Contractor shall include Incases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item more stringent regulation shall apply. prices, or other contract amounts, including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work. ' for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170(APWA) The Contractor shall maintain at the Project Site office, or WAC 458-20-170, and its related rules, apply to the other well known place at the Project Site, all articles necessary for constructing and repairing of new or existing buildings, or other providing first aid to the injured. The Contractor shall establish, structures, upon real property. This includes, but is not limited to, publish,and make known to all employees, procedures for ensuring the construction of streets, roads, highways, etc., owned by the immediate removal to a hospital, or doctor's care, persons, State of Washington; water mains and their appurtenances;sanitary including employees, who may have been injured on the Proiect sewers and sewage disposal systems unless such sewers and Site. Employees should not be permitted to work on the Project disposal systems are within, and a part of, a street or road drainage Site before the Contractor has established and made known system; telephone, telegraph, electrical power distribution lines, or procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. power lines become a part of a street or road lighting system; and The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property in efficiency, and adequacy of the Contractor's plant, appliances,and or to real property, whether or not such personal property becomes methods, and for any damage or injury resulting from their failure, a part of the realty by virtue of installation. ' or improper maintenance, use, or operation. The Contractor shall For work performed in such cases, the Contractor shall collect be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract Project Site, including safety for all persons and property in the price. The Contracting Agency will automatically add this sales performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason, the continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item required or implied duty of the Engineer to conduct construction prices, or in any other contract amount subject to Rule 170, with review of the Contractor's performance does not, and shall not, be the following exception. ' intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax measures in, on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools, machinery, equipment, or consumable FOLLOWING: supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract 1-07.2 State Sales Tax(APWA) amount. 1-07.2(4) Services (APWA) ' 1-07.2(1) GENERAL(APWA) The Contractor shall not collect retail sales tax from the The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or special rules on the state sales tax. Sections 1-07.2(1) through I- other services (as defined in State Department of Revenue Rules 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust Page-SP-7 ' Revision Date:May 19, 1997 c-ul Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10 — percent increase in turbidity when the background turbidity is more ' 1-07.5(2) State Department of Fish and Wildlife" than 50 NTU; for other classes of waters, refer to WAC 173-201- (APWA, SA) 045. - -- If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by ' for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units those areas, the Contracting Agency will pay pursuant to Section I- and measured with a calibrated turbidimeter. 09.4. Discharges to a State waterway caused by aggregate washing above will be;AG;dQA;2l t drainage from aggregate pit sites, and stockpiles or dewatering of pits and excavations shall not increase the existing turbidity of the receiving waters. SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before FOLLOWING NEW SECTION. being discharged into stream or other State waters. Turbidity may 1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds settling basins �� overflow weir, polymer water treatment, discharging to ground surface, by percolation, evaporation or by passing through gravel Each Contractor; Subcontractor, Consultant, and or Supplier sand or fiber filters. , shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will be defined in the Special Provisions. Plastic sheet covering shall be placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS. Other alternative methods for erosion control under certain 1-07.130) General (RC) situations may include netting,mulching with binder, and seeding. ' Should rutting and erosion occur the Contractor shall be During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes and be damaged thereby. culverts and other pipes. ' No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams, or State constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or precautions acceptable to the engineer, the contractor shall be able disposed on land for perculation. Chlorine residual may be reduced to overcome them. chemically with a reducing agent such as sodium thiosulphate. SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY Water shall be periodically tested for chlorine residual. 4. Vehicle and Equipment Washing: Water used for REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum AGENCY." products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS: for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. ' (APWA , RC) 5. Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adjacent to If done according to the approved plan or the Engineer's waterways. The storage shall be made in dike tanks and barrels orders, temporary water poll pursuant to Section control work will be �,� drip pans provided under the dispensing area. Shut-off and measured and paid for pursuant to Section .;G-g�,41-Q4.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be the lump sum item for "Temporary Water Pollution/Erosion provided on hoses. Oil and chemicals shall be dispensed only Control.: during daylight hours unless the dispensing area is properly lighted. If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical spills. , Pollution/Erosion Control' then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be equipment used to complete the work shall be considered incidental provided on valves, pumps,and tanks. to shall be made.other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair s or relocation work is required, the Contractor shall provide , In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line. Sanitary sewer flow this temporary work shall include, but is not limited to, the shall be pumped out, collected, and hauled by tank truck or following water quality considerations: pumped directly to a sanitary system manhole for discharge. The , 1. Turbid Water Treatment Before Discharge: existing sewers shall be maintained by the Contractor without Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In discretion of the Engineer; for Lake Class Receiving Waters, addition, the excavated materials adjacent to and around a rupture turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and ' over background conditions; for Class AA and Class A Waters, Page-SP-8 Revision Dale:May 19, 1997 ' 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled in their original washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on treatment plant. easements or rights-of-way. Damage to existing structures outside of easement areas 1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity SECTION 1-07.16(I) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or FOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work ' 1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him ' property- if damaged_ The Contracting Agency may provide certain lands as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. paid by the contractor. The contractor shall provide, with no liability to the The contractor is responsible for identifying and ' Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration all access roads, detour roads,or other temporary work as required Requirements which is available at the Public Works Department by his operations. The contractor shall confine his equipment Customer Services counter on the 4th floor, Renton Municipal storage of material and operation of his workers to those areas Building,200 Mill Avenue South. shown and described and such additional areas as he may provide. A. General. All construction work under this contract on SECTION 1-07.17IS SUPPLEMENTED BY ADDING: ' easements,right-of-way,over private property or franchise shall be 1-07.17 Utilities and Similar Facilities (APWA, RQ confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW ' disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing shall schedule his work so that trenches across easements shall not penalties, the Contractor shall: be left open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field open for more than 48 hours. location of the utilities; B. Structures. The contractor shall remove such existing Call Before You Di structures as may be necessary for the performance of the work and if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators condition as found. He shall also repair all existing structures which ' may be damaged as a result of the work under this contract. 1-800-424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground ' contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing ' way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without construction area and stockpile it in such a manner that it may be uncovering, measuring, or other verification. If a utility is known replaced by him, upon completion of construction. Ornamental or suspected of having underground facilities within the area of the trees and shrubbery shall be carefully removed with the earth proposed excavation, and that utility is not a subscriber to the ' surroundingtheir roots wrapped utilities underground location center then the Contractor shall give pped in burlap and replanted in their g original positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged shall be If, in the prosecution of the work, it becomes necessary to replaced by the contractor with material of equal quality at no interrupt existing surface drainage, sewers, underdrains, conduit, ' additional cost to the Contracting Agency. In the event that it is utilities, similar underground structures, or parts thereof, the necessary to trench through any lawn area, the sod shall be contractor shall be responsible for, and shall take all necessary carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same. backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall, at his own expense, repair all damage to ' means,of all earth and debris. such facilities or structures due to this construction operation to the The contractor shall use rubber wheel equipment similar satisfaction of the City; except for City owned facilities which will to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense,or by all work, including excavation and backfill, on easements or rights- the contractor as directed by the City. of- way which have lawn areas. All fences, markers, mail boxes or Page-SP-9 ' Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. The Contractor shall obtain and maintain the minimum 1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum Insurance (RC) insurance, the City of Renton shall not be deemed or construed to State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor. following: The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage. Coverage shall include: 1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or , The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis effect, from the Contract Execution Date to the Completion Date, and include: public liability and property damage insurance with an insurance • Premises and Operations (including CG2503; General company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable). , Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards The Contractor shall not begin work under the Contract until • Products/Completed Operations the required insurance has been obtained and approved by the • Contractual Liability (including Amendatory Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract) Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage against claims for bodily injuries, personal injuries, including • Independent Contractors , accidental death, as well as claims for property damages which • Personal/Advertising Injury may arise from any act or omission of the Contractor or the • Stop Gap Liability subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all either of them. • Owned Vehicles ' If warranted work is required the Contractor shall provide the • Non-Owned Vehicles City proof that insurance coverage and limits established under the • Hired Vehicles term of the Contract for work are in full force and effect during the (3) Workers' Compensation period of warranty work. • Statutory Benefits (Coverage A) - Show Washington ' The Contracting Agency may request a copy of the actual Labor&Industries Number declaration pages(s) for each insurance policy effecting coverage(s) (4) Umbrella Liability (when necessary) required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as ' with the requirements described herin will be considered a material primary. breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural, ' SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability 1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in , submit a completed City of Renton Insurance Information form the course of operations under this Contract. which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form (� The Contracting Agency reserves the right to request and/or and underwritten by a company acceptable to the Contracting require additional coverages as may be appropriate based on work performed(i.e. pollution liability). Agency. The City requires that all insurers: 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its 2) Coverage to be on an "occurrence" basis (Professional officers, officials, agents, employees and volunteers as Additional Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR , written on a claims-made basis)_ The City may also require sha11 provide CITY OF RENTON Certificates of Insurance,prior proof of professional liability coverage be provided for up to commencement of work. The City reserves the right to request to two(2)years after the completion of the project. copies of insurance policies, if at their sole discretion it is deemed 3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described_ above ' page(s) for each insurance policy affecting coverage(s) shall: required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other 4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY A XII or better is preferred.) If any insurance carrier OF RENTON. , possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause. exception. 3) Severability of Interest Clause(Cross Liability) The City reserves the right to approve the security of the , 4) Policy may not be non-renewed, canceled or material insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON. Notification these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail. Page-SP-10 Revision Date:May 19, 1997 ' 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public rREPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the 07.18(3) 'LIMITS'WITH THE FOLLOWING: company, its agents or representatives". 1-07.18(3) Limits (RC) c. Amend the cancellation clause to state: "Policy may LIMITS REQUIRED not be non-renewed, canceled or materially changed or Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the Ci such limits. The CONTRACTOR shall carry the following by certified mail. _Limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Liability cancellation language specified above the City will accept a ' General Aggregate* $2,000,000** written agreement that the consultant's broker will provide the Products/Completed Operations $2,000,000:* required notification. Aggregate Each Occurrence Limit $1,000,000 SECTION_1-07.20 IS REVISED AS FOLLOWS. ' Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 1-07.20 Patented Devices, Materials, and Processes Medical Payments(Any One Person) $5,000 A( PWA) Stop Gap Liability $1,000,000 ' ***Amount Aggregate to apply per project The Contractor shall assume all costs arising from the use of (ISO Form CG2503 or equivalent) patented devices,materials, or processes used on or incorporated in **Amount may vary based on project risk the work, and agrees to indemnify; defend, and save harmless Automobile Liability Slue' Commission, S@G;ctaF,& The Contracting Agericy, and their ' Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any (Each Accident) nature for, or on account of the use of any patented devices, Workers'Compensation materials,or processes. Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) SECTION 1-07.22IS SUPPLEMENTED BY THE FOLLOWING: Umbrella Liability 1-07.22 Use of Explosives (APWA) Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required Aggregate by the proper authorities. Explosives shall be handled and used in Professional Liability(If required) strict compliance with WAC 296-52 and such local laws rules and Each Occurrence/Incident/Claim $1•000,' regulations that may apply. The individual in charge of the blasting Aggregate $2,000,000 - shall have a current Washington State Blaster Users License. The City may require the CONTRACTOR to keep The Contractor shall obtain, comply with, and pay for such professional liability coverage in effect for up to two(2)years after permits and costs as are necessary in conjunction with blasting completion of the project. operations. The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of in writing in the event any general aggregate or other aggregate the Work the Contractor's insurance shall contain a special clause limits are reduced. At their own expense the CONTRACTOR permrttjng the blasting. ' will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(I) IS SUPPLEMENTED BY ADDING THE coverage is in force. FOLLOWING PARAGRAPH SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.230) - Construction Under Traffic (RC) SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and INSURANCE': mud within the project limits and on any street which is Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the project. shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks, CONTRACTING AGENCY the following: power sweepers, and other pieces of equipment as deemed I) City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance. ' herein)without modification. Dust and mud control shall be considered as incidental to 2) Certificate of Insurance (Accord Form 25s or equivalent) the project, and no compensation will be made for this conforming to items as specified in Sections I-07.18(1) 1- section. ' 07.18(2), and 1-07.18(3). as revised above. Other requirements are as follows: Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be transmitted a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will ' Certificate is issued as a matter of information only be required by the contractor. and confers no rights upon the Certificate Holder b. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose Page-SP-Il ' Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION I-07.26 (APWA) IS REVISED BY CHANGING ALL FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY- OR 1-07.24 Rights of Way (APWA) STATE"TO READ "CONTRACTING AGENCY." Street right of way lines, limits of easements, and limits of SECTION 1-07.27 (APWA) IS REVISED BY CHANGINGALL REFERENCES TO "STATE" OR "SECRETARY" TO construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY." Contractor's construction activities shall be confined within these ' limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE ' Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: brought to the Contractor's attention by a duly issued Addendum. 1-08.1 Preliminary Matters (APWA) Whenever any of the Work is accomplished on or through ' property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference (APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be , Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to practical after they have been obtained by the Engineer. undertaking each part of the Work the Contractor shall carefully Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field , Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the acquired until the Engineer certifies to the Contractor that the right Contractor may discover. of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the ' received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be: be a breach of contract. 1. To review the initial progress schedule; Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work; , private property where private improvements must be adjusted.. 3. To establish and review procedures for progress payment, The Contractor shall be responsible for providing, without notifications, approvals, submittals, etc.; expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work; and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and ' construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to needs. However, before using any private property, whether the Work. adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction Engineer a written permission of the private property owner, and, meeting the following: ' upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items; owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals,and reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable. shall he signed by the private property owner, or proper authority 4. A Project Schedule. , acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before The statement shall include the parcel number, address,and date of computing this percentage, however, The Contractor may subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted the Completion Date will be established. work on items the contract provisions specifically designates may , be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the , Engineer requests, the Contractor shall provide proof that the subcontractor has the experience, ability, and equipment the work requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to fumish all , certificates, submittals, and statements required by the Contract Documents. Along with the request to sublet, the Contractor shall submit the names of any contracting firms the subcontractor proposes to Page-SP-l2 Revision Dale:May 19, 1997 ' 1-08 Prosecution and Progress 1 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively; these lower tier Permission to work between the hours of 10:00 p.m and 7.00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p.m. and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures, the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are 1. Furnishing and driving of piling, or received from the public or adjoining property owners regarding 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. ' subcontractors. Permission to work Saturdays, Sundays holidays or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set and ability to perform the work.Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions ' 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such contract, assistants as the Engineer may deem necessary to be present during 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting ' the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting 3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the the subcontractor, or Work performed on Saturdays and holidays as working days with 4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts Contracting Agency. as multiple working days with respect to Contract Time even The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period (1) purchase of sand, gravel, crushed stone, crushed slag batched Assistants may include, but are not limited to survey crews; concrete aggregates, ready mix concrete off-site fabricated personnel from the Contracting Agency's material testing lab; structural steel, other off-site fabricated items and any other inspectors; and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence. plants;or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of commercial hauling companies. I Contracting Agency Employees (APWA) However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday Sunday, applies to the employees of such firs identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications such work provisions of Section 1-07.9, as modified or supplemented shall shall be considered as overtime work. On all such overtime work apply. an inspector will be present, and a survey crew may be required at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged, Minority, or Women's Business Enterprises firs Contracting Agency for the full amount of the straight time plus that were subcontractors, manufacturers regular dealers or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize ' provided by the Engineer. the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work the become due the Contractor. Engineer may request in writing that the subcontractor be removed. SECTION I-08.4 IS DELETED AND REPLACED BY THE The Contractor shall comply with this request at once and shall not ' employ the subcontractor for any further work under the contract. FOLLOWING: 1-08.1(3) Hours of Work (APWA) 1-08.4 Notice to Proceed and Prosecution of the Work Except in the case of emergency or unless otherwise approved (APWA) ' by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by ' hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to the Work. Proceed Date. The Work thereafter shall be prosecuted diligently, ' If a Contractor desires to perform work on holidays vigorously, and without unauthorized interruption until physical Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any completion of the work_ There shall be no voluntary shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approval of permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from ' 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual obligation to complete the work within the Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time. on the working day prior to the day for which the Contractor is requesting permission to work. Page-SP-I3 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11. FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, RC) SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OF TRANSPORTATION" IN THE LAST SENTENCE. f the time specified in the Contract Documents o as extended by the PARAGRAPHS TO READ CONTRACTING AGENCY. Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION: Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC) ' on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the holidays: January 1, adequacy, efficiency, and sufficiency of his and his subcontractor's Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any Christmas Day. When The day before Christmas shall be a work on the site of the work. holiday when Christmas Day occurs on a Tuesday or Friday._ The The use by the Owner of such plant and equipment shall be day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly. , on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility, occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's observed as holidays.- When-Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such , When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service, preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas. ' for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) which periods, work is anticipated to be performed. Each The contractor shall give his i successive working day, beginning with the Notice to Proceed Date K personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and ending with the Physical Completion Date, shall be charged to t and when he is not personally present on the work site, he shall at he Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, unworkable day. ' The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal showing (1) the number of working days charged against the representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to Contract Time for the preceding week; (2) the Contract Time in _ his authorized representative. working days; (3) the number of working days remaining in the ' Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the , Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING: and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) ' week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of , of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets delivered to the Inspector report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the correct. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton the following establishing the Substantial Completion, Physical Completion, and system will be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. ' Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck Number. , 2. Truck tare weight(stamped at source). 3. Gross truck load weight in tons(stamped at source). 4. Net load weight (stamped at source). 5. Driver's name and date. Page-SP-14 Revision Date:May 19, 1997 ' 1-09 Measurement and Payment 1-09 Measurement and Payment ' 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." ' 8. Contract number and/or name. The Contractor shall submit a breakdown of costs for each SECTION 1-09.9 IS DELETED AND REPLACED BY THE lump sum Bid Item. The breakdown shall list the items included in FOLLOWING: the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) ' equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid The unit price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWA) payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand ' changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the Conference. preconstruction meeting. Within 3 days after the progress estimate cutoff date (but not ' SECTION 1-09.2(APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment filled out and "ENGINEER." signed by the Contractor, covering the work completed prior to the SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Payment shall be ' FOLLOWING: accompanied by documentation supporting the Contractor's A_ pplication for Payment. 1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not ' Unless modified otherwise in the Contract Provisions, the Bid incorporated in the work, but delivered and stored at approved sites pursuant to the Contract Documents the Application for Payment Items listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale invoice or other of the Standard Specifications will be the only items for which documentation warranting that the Contractor has received the compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and ' to that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other specified Work. Should a Bid Item be listed in a"Payment" clause arrangements to protect the Engineer's interests therein but not in the Proposal Form and Work for that item is performed The initial progress estimate will be made not later than 30 ' by the Contractor and the work is not stated as included in or days after the Contractor commences the Work and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract per Section I- Completion Date. Progress estimates made during progress of the 04.1, then payment for that Work will be made as for Extra Work Work are tentative and made only for the purpose of determining ' pursuant to a Change Order. progress payment. The progress estimates are subject to change at The words"Bid Item," "Contract Item," and "Pay Item,"and any time prior to the calculation of the Final Payment per similar terms used throughout the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum of the ' If the "payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item, then the work or material will not Unit Price. be measured or paid for under any other Unit Bid Item which may 2. Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Specifications percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item. changed to singular form. 3. Materials on Hand — 90 percent of invoiced cost of ' Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the clause of any particular Section of the Specifications shall be Engineer. considered as including all of the Work required specified or 4. Change Orders — entitlement for approved extra cost or described in that particular Section Payment items will generally completed extra work as determined by the Engineer. be listed generically in the Specifications and specifically in the progress payments will be made in accordance with the bid form. When items are to be "furnished" under one payment progress estimate less: item and "installed" under another payment item such items shall 1. Five(5)percent for retained percentage. be furnished FOB project site or, if specified in the Special 2. The amount of Progress Payments previously made. Provisions, delivered to a designated site. Materials to be 3. Funds withheld by the Contracting Agency for "furnished," or "furnished and installed" under these conditions disbursement in accordance with the Contract Documents. shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting are not to be incorporated into the work delivered to the applicable Agency that any work has been satisfactorily completed. Contracting Agency storage site when provided for in the Payments will be made by warrants issued by the Contracting Specifications. Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the incorporated into the Work, may be made on monthly estimates to project. Payments received on account of work performed by a the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION 1-09.8 (APWA)IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATERIAL Page-SP-1 S Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 1-09.9(2) Retainage (APWA,RC) 1-09.9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and , 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to ' person arising under the Contract. cover the Contracting Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contractor, be: 1. Damage to another contractor when there is evidence I. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. ' 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is loan association(interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer, 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per , sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage; or , Interest on the bonds and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's as the interest accrues. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired ea--the indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will ' at make allowances for weather delays, approved unavoidable delays, least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule, in the opinion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract percentages in securities. The Contracting Agency may also, at its Time. , option accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the retainage. Contractor's other obligations under the contract, including but not Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions. 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes, been obtained from the Washington State Department of Revenue markers etc., or to provide adequate survey work as required by (RCW 60.28.051). Section 1-05.5. 2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or the retained percentage. unauthorized work(Section 1-05.8) 3_ Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection ' (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pay retained percentage less an amount sufficient to pay any such Prevailing Wage forms or correct underpayment to employees of claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section ' sufficient to pay the cost of foreclosing on claims and to cover 1-07.9. attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10. minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3. submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to ' department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment. medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds if the Engineer elects to do so, will be Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so, and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period, those departments or agency organizations. 1. no legal action has commenced to resolve the validity of the claims,and 2. the Contractor has not protested such disbursement. ' Page-SP-l6 Revision Date:May 19, 1997 1-09 Measurement and Payment I-09 Measurement and Payment ' A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws ordinances and Contractor in accordance with this section will be made A regulations — Federal State or local — that affect the contract payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final payment made under the terms and conditions of the Contract The Progress Estimate constitutes the final acceptance date (Section 1- Contracting Agency shall not be liable to the Contractor for such 05.12). payment made in good faith. ' if legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS. written settlement agreement of the parties 1-09.11(2) Claims (APWA) ' 1-09.9(4) Final Payment(APWA) Failure to submit with the_Final Application for Payment 1littal Upon Acceptance of the Work by the Contracting Agency the contFact Gagign such information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as a release: SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE I. to the Contracting Agency of all claims and all liabilities FOLLOWING: of the Contractor, other than claims in stated amounts as may 1-09.11(3) Time Limitations and Jurisdiction specifically excepted in writing by the Contractor; (APWA) 2. for all things done or furnished in connection with the' This contract shall be construed and interpreted in accordance Work;3. for every act and neglect by the Contracting Agency; and with the laws of the State of Washington. The venue of any claims 4. for all other claims and liability relating to or arising out or causes of actions arising from this contract shall be in the of the Work. Superior Court of the county where the work is performed A payment (monthly, final retainage or otherwise) shall not For convenience of the parties to this contract it is mutually ' release the Contractor or the Contractor's Surety from a� agreed that any claims or causes of action which the contractor has against the Contracting Agency arising from this contract shall be obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of brought within 180 days from the date of Final Acceptance of the ' the Contracting Agency's ability to investigate and act upon contract by the Contracting Agency. The parties understand and findings of non-compliance with the WMBE requirements of the agree that the Contractor's failure to bring suit within the time Contract; nor shall such payment preclude the Contracting Agency period provided shall be a complete bar to any such claims or from recovering damages setting penalties or obtaining such other causes of action. remedies as may be permitted by law. It is further mutually agreed by the parties that when any Before the Work will be accepted by the Contracting Agency, claims or causes of action which a Contractor asserts against the the_Contractor shall submit an affidavit on the form provided by Contracting Agency arising from this contract are filed with the the Engineer, of amounts paid to certified disadvantaged (DB) Contracting Agency or initiated in court, the Contractor shall ' minority (MBE) or women business enterprises (WBE) permit the Contracting Agency to have timely access to any records participating in the Work. Such affidavit shall certify the amounts deemed necessary by the Contracting Agency to assist in evaluating paid to the DB, MBE or WBE subcontractors regardless of tier the claims or actions. ' On Federally-funded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY or gift and money pursuant to Section 1-07 19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY" Specifications. WITH THE WORDS "RING COUNTY." If the Contractor fails refuses or is unable to sign and return the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING. the final acceptance of the contract the Contracting Agency ' reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC) accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be Contractor has been provided the opportunity, by written request final and binding on the parties unless the aggrieved party, within from the Engineer, to voluntarily submit such documents If 10 days, challenges the findings and decision by serving and filing ' voluntary compliance is not achieved formal notification of the a petition for review by the superior court of King County, impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: days for the Contractor to submit the necessary documents The 1• Are not responsive to the questions submitted; ' 30-calendar day deadline shall begin on the date of the postmark of 2. Is contrary to the terms of the contract or any component the certified letter from the Engineer requesting the necessary thereof; documents. This reservation by the Contracting Agency to 3. Is arbitrary and/or is not based upon the applicable facts ' unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The completed in accordance with Section 1-08 5 or for contracts that board of arbitrators shall support its decision by setting forth in are terminated in accordance with Section 1-08 10 Unilateral Writing their findings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. ' any way relieve the Contractor of the provisions under contract or Page-SP-17 ' Revision Date:May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional ' statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment or services which could such procedure. not be usually anticipated by a prudent contractor for the ' The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic then a new item or items and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case all costs shall be borne covered by other pay items in the bid proposal they are not , by the contractor, specified in the Special Provisions as incidental and the accumulative cost for the use of each individual channelizing 1-10 Temporary Traffic Control device, piece of equipment or service must exceed $200 in total cost for the duration of their need. In the event of disputes the ' SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price price FOLLOWING: established by the Engineer, or by force account. Additional items 1-10.1 General R required as a result of the Contractor's modification to the traffic ' When the bid proposal includes an item for 'Traffic Control," control plan(s)appearing in the contract shall not be covered by the the work required for this item shall be all items described in provisions in this paragraph. Section 1-10, including, but not limited to: If the total cost of all the work under the contract increases or , 1. Furnishing and maintaining barricades flashers decreases by more than 25 percent, an equitable adjustment will be construction signing and other channelization devices considered for the item "Traffic Control" to address the increase or unless a pay item is in the bid proposal for any specific decrease. device and the Special Provisions specify furnishing SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS , maintaining, and payment in a different manner for that WISED AS FOLLOWS device; 2. Furnishing traffic control labor, equipment and supervisory 1-10.2(1) Traffic Control Supervisor(RCZ (SA) ' personnel for all traffic control labor 3. Furnishing any necessary vehicle(s) to set up and remove ` —Tthe Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices; for the project. The TCS shall be certified ina" worksite traffic , control 4. Furnishing labor and vehicles for patrolling and maintaining in_position all of the construction signs and the traffic 22 tho TCS. The TCS shall assure that control devices, unless a pay item is in the bid proposal to all the duties of the TCS are performed during the duration , specifically pay for this work; and of the contract. 5. Furnishing labor, material and equipment necessary for 7• Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may , signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project. accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the is in conformance ' engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be .Possession of a current flagging card used by the prime contractor, and subcontractors shall be by the TCS is mandatory. , submitted at or before the preconstruction conference and SECTION I-10.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans(RC) notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway. control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to , traffic during peak traffic periods 6:30 a.m. to 8:30 a.m. correct any problems that become evident during operation. and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS. 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs , during periods when they are not needed. All signs required by the approved traffic control plan(s) as If no bid item "Traffic Control" appears in the proposal the well as any other appropriate signs prescribed by the Engineer, or n required to conform with established standards re will be furnished all work required by these sections will considered incidental and re the, Contractor. ' their cost shall be included in the other items of work. by Page-SP-18 Revision Date:May 19, 1997 , 1-11 1xenruu 3urveymg Jtanuarus 1-11 Kenton Surveying Standards ' No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. All eticr-costs for the work to " provide Class A or Class B construction signs shall be included in The Lump Sum wait contract price peg hour shallbe full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal, driver{s), and the appropriate pilot car sign(s)for any one-pilot car operation. Any necessary flaggers will be paid under the SECTION I-I0.3(6)IS REVISED AS FOLLOWS: item for traffic control4abo;. 1-10.3(6) One-Way Piloted Traffic Control Through ' Construction Zone The Lump Sum uait contract price per hou;shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. ' The Lump Sum wait contract price pawl ar$a—shall be full pay for all costs for performing the ' work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Tic Ceatsel'' Class A signs, and ultimate return of all Contracting Agency- Piloted Traffic Control The Contractor-Furnished One-Way . furnished signs. Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area. Any necessary flaggers shall be famished by the Baeiacar Contractor ' The Lump Sum u" contract price pc; day shall be full 1419t6d Traffic Certtrel,measure pay for all costs involved in furnishing the person(s)assigned as the "Traffic Control Supervisor" duipin^ an F ' DELETE SECTION 1-I0.4 AND REPLACE WITH: .All costs for the vehicle(s)required for the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement (RC) (SA) Sum wait contract price for"Traffic Control SupcRtries." No specific unit of measurement will apply to the lump sum item of"Traffic Control". SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS ' FOLLOWS: 1-10.5 Payment (RC) W paid ' Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when they aF@included in the proposal: "Traffic Control," lump sum. ' The lump sum contract price shall be full pay for all costs not " covered by other specific pay items to the bid proposal for The Lump Sum unit--contract price per day shall be full furnishing, installing, maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3( ' conformance with accepted standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the l public.. Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards will be made as follows: a. When the initial warning signs for the beginning of the project and the end of construction signs are installed 1-11.10) Responsibility for surveys (RC) ' and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid_ direct supervision of a person registered to practice land surveying b. Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW. bid for the item will be paid on a prorated basis in All surveys and survey reports shall be prepared in accordance ' accordance with the total job progress as determined with the requirements established by the Board of Registration for by progress payments_ Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. ' Page-SP-19 Revision Date:May 19, 1997 I-1I Renton Surveying Standards 1-I1 Renton Surveying Stands 1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a h: , The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field nott coordinate base: The North American Datum of 1983/91. ' All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground. ' The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record wh the closure requirements of WAC 332-130-060. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard • A corner or other survey point established by or under ; ' Detail Requirements for ALTA/ACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and a established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Off comparable classification in future editions of said document. The and its successor the Bureau of Land Management includi , angular and linear closure and precision ratio of traverses used for section subdivision comers down to and including of survey control shall be revealed on the face of the survey drawing, sixteenth corners;and as shall the method of adjustment. The horizontal component of the control system for surveys Any permanently monumented boundary, right of w using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points establisl ' by t part in 50,000 precision in line length dependent error analysis at a s any governmental agency or private surveyor i 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior Geodetic Control Subcommittee Standards for GPS control surveys corners. ' as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC) August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for said document.. construction projects that will create permanent structures such ' The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or B: tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of perman� ' benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may the project site a tie to both shall be made. The benchmark(s)used observed for staking or 'as-builting' while occupying one sL will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monumen the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and A (benchmark) will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, a ' drawn to an appropriate scale. North orientation should be clea 1-11.1(3) Subdivision Information (RC) presented anZI the scale shown graphically as well as noted. 7 Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-h the controlling monuments used and the subdivision of the original scale remains legible. ' applicable quarter section. If recording of the survey with the King County Recorder Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and a shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. methodology used in that retracement. photographic mylar of the drawing will be submitted to the City t Renton and, upon their review and acceptance per the speci 1-11.1(4) Field Notes (RC) requirements of the project, the original will be recorded with t Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required, the survey drawing shall ' electronic data collector is used field notes must also be kept with_A prepared on 22 inch by 34 inch mylar, and the original or sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Rentt station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements , °� WAC 332-130-050 and shall conform to the City of Renton Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symM a description. Point numbers shall be unique within a complete shall be used whenever possible and a legend shall identify_ job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not described ' page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on t No. 348.16.01, the second point would be 348.16.02,etc. drawing shall be submitted with each drawing. The listing shoe Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that , notebook(s) provided by the City or the original field notebook(s) the field notes), a brief description of the point and northit used by the surveyor will be given to the City. For all other work, casting, and elevation (if applicable) values all in ASCII form surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media_ Page-SP-20 Revision Date:May 19, 1997 ' 1-11 Renton Surveying Standards 1-11 Renton Surveying Standard! 1-11.1(7) Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing (RC) Vertical Surveys for the establishment of bench marks shall All property or lot corners as defined in 1-11 1(5) satisE all applicable requirements of section 1-05 and I-11 I established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1- meet or exceed the standards specifications and procedures of third l l.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed e.g. the front corners of lots a witness Control Committee, marker shall be set. In most cases this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective comers shall be shown or both recoverablilty and positive identification on recovery described on the face of the plat or survey of record e.g., "Tacks in lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb." In all other (RC) cases the corner shall meet the requirements of section 1-I1 2(1) Topographic surveys shall satisfy all applicable requirements herein. of section IA 1.1 herein. All non corner monuments as defined in shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein If the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area the shall meet the requirements of section 1-11 1 herein monument shall be set below the ground surface and contained The drawing and electronic'listing requirements set forth in within a lidded case kept separate from the monument and flush section 1-11.1 herein shall be observed for all topographic surveys with the pavement surface per section 1-11 2(3) In the case of right of way centerline monuments all points of 1-11.1(9) Radial Topography (RC) curvature (PC), points of tangency 0), street intersections, center Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI, topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specifications OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non comer monuments set while tinder contract to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the city) identifying the monument point of intersection (PI) point of 1-11.1(10) Station—Offset Topography (RC) tangency (PI) point of curvature (PC) one-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument, street intersection etc. complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83/91 Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. 1-11.1(I1) As-Built Survey (RC) 1-11.2 Materials All improvements required to be "as-built" (post construction survey) per City of Renton Codes TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners (RC) and TITLE 9 Public Ways and Property, must be located both Corners per 1-11.1(5) shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset such as I/2 inch diameter rebar 24 inches in length durable metal survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the plugs or caps, tack in lead, etc. and permanently marked or tagged improvements being "as-built". The "as-built" survey for all with the surveyor's identification number. The specific nature of subsurface improvements should occur prior to backfilling Close the marker used can be determined by the surveyor at the time of cooperation between the installing contractor and the "as-builting" installation. surveyor is therefore required. 1-11.2(2) Monuments (RC) All "as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set I-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications marked or tagged with the surveyor's identification number. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC) "as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the "as built". of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-I1.1(6) herein shall be observed for all "as-built" surveys_ r Page-SP-21 Revision Date:May 19, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment Division 2 Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment by Earthwork use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in ' Obstructions the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their Original conditions, as directed by the Engineer, shall be provided SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS by the Contractor at his sole expense. FOLLOWS: All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled 2-02.3(3) Removal of Pavement, Sidewalks, and and backfilled areas, fine grading shall begin during the placement Curbs (RC) and the compaction of the final layer. In cut sections, fine grading In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading shall: shall produce a surface which is smooth and even, without abrupt 1. Haul broken-up pieces ' changes in grade. to some off-project site. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations le2rt 5 fact of roil - shown. Care shall be taken not to excavate below the specked 5. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from opened to traffic before pavement patching has been completed, detrimental quantities of leaves, brush, sticks, trash and other temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work. Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and inches immediately after backfilling and compaction are complete, before placement of fills or base course, the subgrade under the and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and If pavements, sidewalks, or curbs lie within an excavation replacement. area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water. they fe aei Acceptable excavated native soils shall be used for fill in the mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of SECTION 2-02.5 IS SUPPLEMENTED BY ADDING., organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the a 2-02.5 Payment (RC) native materials from becoming saturated with water. The 2. "Saw Cutting", measures may include sloping to drain, compacting the native per Lineal Foot. materials and diverting runoff away from the materials. If the 3. "Remove Sidewalk", per Square Yard. Contractor fails to take such preventative measures, any costs or 4. "Remove Curb and Gutter", per Lineal Foot. delay related to drying the materials shall be at his own expense. 5. "Cold Mix",per Ton 6. "Remove Asphalt Concrete Pavement,' per square yard. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the 7. "Remove Cement Concrete pavement," per square yard. optimum moisture content. If sufficient acceptable native soils are 8. "Remove existing per not available to complete construction of the roadway embankment, All costs related.-to the removal and disposal of structures and Gravel Borrow shall be used. obstructions including saw cutting, excavation, backfilling and If subgrade trimmer is not required on the project,all portions temporary asphalt shall be considered incidental to and included in of Section 2-03 shall apply as though a subgrade trimmer were other items unless designated as specific bid items in the proposal. specified. If sufficient acceptable native soils as determined by the 2-03 Roadway Excavation and Engineer, are not available to complete construction of the roadway Embankment embankment Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 2-03.3 Construction Requirements (RC) 2-03.4 Measurement (RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other excavated material shall be used for embankments, while surplus sections provide otherwise: excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation, ' the Contractor. borrow excavation, and unsuitable foundation excavation - by the Page-SP-22 Revision Date:May 19, 1997 2-04 Haul 2-09 Structure Excavation ' cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading The contractor shall 2-06 Sub 'ade Preparation provide truck tickets for each load removed Each ticket shall have the truck number time and date and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.5 IS REVISED AS FOLLOWS: FOLLOWING: 2-03.5 Payment (RC) 2-06.5 Payment (RC) Subgrade preparation and maintenance including watering Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof shall be included in the appropriate unit or lump sum 1. "Roadway Excavation" or"Roadway Excavation—Area contract bid prices. A (B, C,etc.)", per cubic yard. When the Engineer orders excavation 2 feet or less below 2_Q(� Structure Excavation subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below subgrade, that pan below the 2-foot depth shall be paid for as SECTION 2-09.I IS SUPPLEMENTED BY ADDING THE provided in Sectiei; 1.04.4 Item 3 of this payment section. In this FOLLOWING. case, all items of work other than roadway excavation shall be paid at unit contract prices. 2-09.1 Description (RC) The unit contract price per cubic yard shall be full pay for This work also includes the excavation, haul, and disposal of excavating, loading, placing, or otherwise disposing of the all unsuitable materials such as peat muck swampy or unsuitable material. materials including buried logs and stumps tThe unit contract price per cubic yard shall 2-09.3 Construction Requirements include haul. SECTION 2-09.3(I)D IS REVISED AS FOLLOWS: 3. "Unsuitable Foundation Excavation",per cubic yard. The unit contract rice r cubic 2-09.3(1)D Disposal of Excavated Material C p per yard for "Unsuitable Peal (R ) Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project and disposing of the material. limits shall be included in the unit contract price for structure ' ;�hei; excavation, Class A or B. Aow;; as in-ludil;g haul in&hat caw, The unit contract price per cubic yard shall include haul. 7. :JU ,":' '" i ®-t,er cuaic3ard fer "Emb2nkmant If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance., otherwise all such disposal costs shall be considered incidental to Payment for the work. embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS: items involved. 2-09.4 Measurement (RC) 2-04 Haul Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a 2-04.5 Payment (RC) specific separate pay item is included in the contract for gravel backfill for pipe bedding. SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS 1 "Haul",-per uwit. FOLLOWS. All costs for the hauling of material to from or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A",per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul",per cubic yard. The unit contract price per cubic yard for the bid items listed as I through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid ` price of other items of work if "Structure Excavation" or ` Page-SP-23 Revision Date:May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation ' "Structure Excavation Incl Haul" are not listed as pay items in the contract. "Shoring or Extra Excavation Class B",per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shalt be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation), per Cubic Yard or per Ton". . When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. Page-SP-24 Revision Date:May 19, 1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were necessary 4 No supplemental specifications were No supplemental specifications were necessary for Division 3. necessary No supplemental specifications were necessary for Division 4. Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Paverr Division S (2) Surface Treatments and Pavements samples-teWhen a sample from uncompacted mix is needed 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can -be obtained accordance with WSDOT Test Method 712.-The plgrf r-w,& 4 SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS ' ehirlo FOLLOWS: B Definition of Sampling Lot and Sublot. For the purpc 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is shall-ba defined 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job n as—provided under rlaiaival-ems a nonstatistical acceptance. formula (RMF). Only one lot per JMF is expected to occur Determination of-stagistical- nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A, B, E, F, and G) shall*49 be evaluated for quality of gradation on a daily" basis by the Contractor. This gradation analysis shall beAZI The JA ' based on WSDOT Test Method 104 and the results delivered to the is def in Section Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not mr information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of i with Section 9-03.8(6)A.2.-aad Aasphalt content shall be tested at Engineer. the Eengineer's discretion if the Compaction Pay Factor(Section 5- 04.3(10)B)falls below 1.00. wad, nil of the m2i@;ial pr-odlwed up to the sims. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than ±3% for sieve sizes greater than 1/4" and±2% for sieves smaller than the No. 10 then the costs of the sampling and testing shall be borne by the Contractor. If the tTest results vary from the Contractor's data ate-within the ranges listed above 4om Qe then Sampling and testing for nonstatistical acceptance shall the cost of sampling and testing will be borne by the Contracting Agency. performed on a random basis at a minimum frequency of c f n.21:+ sample for each sublot of 400 tons or each day's productic will do evaluated .. of .. ..r1 e'�, .,..1 T r'qg >.1Hlrb� whichever is least. When proposal quantities exceed 1,200 tons ; a class of mix under nonstatistical acceptance, sublot size shall determined to the nearest 100 tons to provide not less than thr uniform sized sublots, based on proposal quantities, with maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contrac with a copy of the results as they become available. of (3) will be urod top a Gl:w& WC mix whe;; tho prgposal quanuagg ;9; Engineer. will Aso pr-ovide, by noon of the nem wor-kday al D. Test Methods. When sample testing of asphalt content necessary, ,.acceptance to&tiag for compliance 2. Aggregates. _Aggregates will be accepted for sand will use the Nuclear Asphalt Gauge Procedure; WSDOT T Method 722-T. When sample testing of gradation is necessai equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Qui requirements of Section 9-03.8(2)_ Determination of Aggregate Gradation using Alternate Solvl Procedure; WSDOT Test Method 723-T. 3. Asphalt Cement. Asphalt Cement will be accepted feF E. Reject Mixture ' tests-based on dwk-conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contractor may, prior 02.1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace be the responsibility of the contractor. if the vendor or grade of with new material at no expense to the Contracting Agency. A the asphalt cement changes, a new job mix formula (JMF) shall be such new material will be sampled, tested, and evaluated 1 evaluated and approved. acceptance. 43. Asphalt Concrete Mixture A. Sampling (2) Rejection -by Engineer Without Test ingAVit4out-Tsstit The Engineer may, without sampling, reject any batch, load, (1) A sample will not be obtained from either the first or last section of roadway 25 tons of mix produced in each production shift. Page-SP-26 Revision Date:May 19, 1997 ' ' 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement uaaserial that appears defective in gradation or asphalt cerrtettt SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING content. Material rejected before placement shall not be THE FOLLOWING: incorporated into anytke pavement_ Any rejected section of 5-04.3(10)A General (RC) compacted ceadwaypavement shall be removed. No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of rejected material be tested. If the Csontractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested, a minimum of three representative samples A.C. lines.) will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: for testing from compacted pavement shall be removed by coring. AcQcp;aPGe of;:ejocted will be baged on with 5-04.300)B Control (SA) Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, rya' _ and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Section 5-04.3(8). The ' specified level of relative density shall be cactio r 06 vr) UriAg 2 MiRiMUM ^c 924.0 percent of the Acceptance of the initially reference maximum density :as dotcR:ninc�: by WSDOT X-eg t rejected srtspested material will use the acceptance sampling and Method 705. The reference maximum density shall be determined testing methods. if the material does not fall within the job mix as that developed in the 'ob mix formula JM formula tolerances of Section 9-03.8(6)A the mix will be rejected of- the mort rcGont Five for. the lot of agp and all costs associated with sampling testing and removal shall be GGAGPOW WiPg P12GOd. If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances, the mix will be accepted for quality of mix but will density attained will be determined by the average statistical remain subject to the compaction adjustment of Section 5-04.3(10) eialaatioA of three Aue nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations determined by tho gu2tifia random_ within each density lot aom 2 nov-Mal ;Wblos a;;), mater-i2l that is suspgctad of Wing Vag quantity FePr-osaawd by VaGh do;4sity lQ4 will be no grvatcr-sh2 A less.The Engineer will furnish a copy of the results of all acceptance testing performed in the field as soon as the results are availablPb ' rn � ^f ,ho ^o-• ge Pavement compaction below 89 percent of the reference maximum density shall not be accepted. Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5- � 04.5(1)B. dow;M; " For compaction lots falling below a CPF of 1.00 pay-fast#; and thus subject to price reduction or rejection, cores may be used as an alternative# to the nuclear density gauge tests. =ert-ses@s afterPau;ng_--When the Contracting Agency requests cores and the $regr€ss: level of relative density within a sublot is less than 92.0 percent, tThe cost for the-coring and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative density within a sublot is greater than 92.0 percent, the cost for coring and testing shall be borne by the Contracting Agency. WWI be 15 pevgrK. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed, as directed by the Engineer, to determine the compactibility of the mix design. Page-SP-27 Revision Date:May 19, 1997 :�,-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Compactibiliry shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE a given quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. greater referenced to the specified minimum density (924 percent SECTION 5-04.5(l)A IS DELETED AND REPLACED WITH of the reference maximum density THE FOLLOWING: ed-705). If a compaction test section is requested, a Compaction pay factor of 1.00 shall apply until compatibility is 5-04,5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within considered compactible. the limits of the job mix formula shall be accepted at the unit Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not he accepted (see basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOWS. density, shall be used on all subsequent paving. 5-04.5(1)B Price Adjustments for Quality AC Asphalt Concrete Class D and preleveling mix shall be , compacted to the satisfaction of the Engineer. Compaction RQ In addition to the randomly selected locations for tests of the For each sublot a Compaction Lay density, the Engineer may also isolate from a normal lot any area Factor will be that is suspected of_being defective in relative density. Such determined based on the relative density of the tests. The isolated material wily not include an original sample location A following table lists the Compaction Pay Factors and their minimum of three .5 randomly located density tests will be taken. associated relative density. TM� rronF og„^�s a:fs.s M The isolated area will then be evaluated for price adjustment in accordance with this tion, considering it as a separate-sublotWt. SECTION 5-04.5 IS REVISED AS FOLLOWS: 5-04.5 Payment (RC) Relative Density Compaction Pay Factor (average of three tests) "Misc and/or Driveway Asphalt Conc. Appwach Cl. _ ?92•0 1.00 per ton. This item, when included in the contract, includes asphalt 91.5 0.99 paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 90.0 0.85 89.5 0.80 89.0 0.75 r Page-SP-28 Revision Date:May 19,1997 u-114 I%UIKCIIts b-12 Rockeries Division 6 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After settin a &12 Rockeries course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description (RC) inch square probe. The work described in this section regardless of the type of 6-12.3.1 Rockery Backfill (RC) materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03 9(3) This material will I retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall engineer. and the cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of ' Rock walls shall be formed of larger pieces of quarried basalt rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a sulphate in accordance with aashto t104 the loss through cone-inch sieve after 6 cycles shall not exceed 35% by weight. footing drain behind the rockeries as shown in the standard plans The rock material shall be as nearly rectangular as possible so and connected to the storm drainage system where shown as to afford the minimum amount of void space between the blocks 6-12.3.3 Rejection Of Material(RC) No stone shall be used which does not extend through the wall The inspector will have the authority to reject any defective The rock material shall be hard, sound, durable and free from material and to suspend any work that is being improperly done weathered portions, seams, cracks and other defects. subject to the final decision of the engineer. All rejected material The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner material shall be approved by the engineer before delivery to the site. 6-12.4' Measurement (RC) The rock walls shall be constructed of one-man rocks (85 to 300 pounds) each 10" in its least dimension; two-man rocks (300 Measurement of the finished rock wall for payment will be to 600 pounds) each 13" in its least dimension; three-man rocks made from the footing grade to the top of the wall and rounded to (800 to 1,200 pounds) each 16" in its least dimension- four-man the nearest square yard. rocks(1,500 to 2,200 pounds)each 18" in its least dimension The 6-12.5 Payment (RC) rocks shall range uniformly in size for each classification specifies The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall" rock in walls over 6 feet in height. per square yard. The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work The rock unloading at the site will be done in such a manner materials, and equipment required to complete the installation as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. The walls shall be started by excavating a trench not less than 6 inches or more than one foot in depth below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated The rock wall construction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be stable Page-SP-29 Revision Date_May 19, 1997 7-01 Drains 7-04 Storm Sewers ' Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) corrugated iron or Conduits steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is 7-01 Drains also made to PVC. SECTION 7-0I.21S REVISED AS FOLLOWS: 7-03 Structural Plate Pipe, Pipe Arch, Arch, 7-01.2 Materials (RC) and Underpass Drain pipes may be concrete, zinc coated (galvanized) Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7 03.2 IS REVISED AS FOLLOWS: steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC) option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following ' used. sections: SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02 Corrugated Steel Asphalt Treatment 1 9-05.6(8) 7-01.3 Construction Requirements (RC) Corrugated Aluminum 9-05.6(8) PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS. jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) I PVC underdrain pipe shall be jointed using either the flexible Payment will be made in accordance with Section 1-04.1, for elastomeric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal: described in Section 9-04.9, at the option of the Contractor unless "St. Str. Plate Pipe _ Gage In. Diam.", per linear otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I. PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Str. Plate Pipe Arch Gage_Ft. In. Span", snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment I. recommended by the manufacturer of the tubing. "St. Str. Plate Arch_ Gage Ft. In. Span", per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. FOLLOWING: "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl.Haul", per cubic yard. 7-01.4 Measurement (RC) If no bid item for Structure Excavation Class A or Structure When the contract does not include *structure excavation Excavation Class B, including haul, is included in the schedule of Class B" or "Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra contract pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS. SECTION 7-04.2 IS REVISED AS FOLLOWS. 7-02.2 Materials (RC) 7-04.2 Materials (RC) Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized)2 Asphalt Treatment I Coated es Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5. Steel Nestable Pipe and Pipe Arch, Asphalt Treatment 1 9-05.4(8) Steel End Sections, Asphalt Treatment 1 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) Profile Wall PVC Culvert Pipe 9-05.12(2) Page-SP-30 Revision Date: May 19, 1997 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING. 7-04.3(1)B Pipe Bedding(RC 7-05.3 Construction Requirements_RC) Pipe bedding for PVC sewer pipe shall consist of clean granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6" over and 6" under the exterior walls of the ladders. pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS. SECTION 744.3(2)A IS REVISED AS FOLLOWS. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) 7-04.3(2)A Survey Line and Grade (RC) The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the specifications. existing structure shall be raised or lowered to the required SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. FOLLOWING: 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes catch basins and similar be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The SECTION 7-04.4 IS REVISED AS FOLLOWS: contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work After placing 7-04.4 Measurement (RC) the gravel or crushed stone surfacing the manholes and manhole castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface. Excavation necessary for bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment the void of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result center of manhole or from the center of catch basin to center of in the section required on the typical road way section and be catch basins and similar type structures. thoroughly compacted. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes catch basins and FOLLOWS. similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be 7-04.5 Payment(RC) made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted complete the installation, including adjustment of inverts to until the pavement is completed, at which time the center of each manholes. When no bid item "gravel backfill for pipe bedding" n manhole shall be carefully relocated from references previously included in the Schedule of Prices pipe bedding as shown in the established by the contractor. The pavement shall be cut in a standard plans, shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of additional payment shall be made. the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer,shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wedged up to the desired grade. The asphalt concrete pavement for other items. shall be cut and removed to a neat circle the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture,density, and uniformity of grade. The joint between the Page-SP-31 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements ' patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS: hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of plastered. manhole heights for payment purposes will be the distance from Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe. iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such , established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made. manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured by "Adjust Existing ," per frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all in concrete also. The concrete shall extend a minimurn of six concrete for the completed adjustment in accordance with Section inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details. below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured concrete pavement will butt the cast iron frame. The existing per each. concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS asphalt cement. Adjustments in the inlet structure shall be FOLLOWS: ' constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC) and plastered. "AdjustMa;Aele Existing per each. Monuments and-cast iron frame and cover: Monuments and The unit contract price per each for "Adjust monument castings shall be adjusted to grade in the same manner Existing " shall be full pay as for manholes. for all costs necessary to make the adjustment including restoration Valve box castings: Adjustments of valve box castings shall be of adjecent areas in a manner acceptable to the Engineer. made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard. SECTION 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl.Haul",per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-033(14)C. Debris resulting from breaking "Connect to Existing Catch Basin," per each. the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each. to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS: FOLLOWING: 7-08.3(1)C Pipe Zone Bedding (RC) (SA) 7-05.3(3) Connections to Existing Manholes(RL) Hand compaction of the bedding materials under the pipe Where shown on the plans, new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort. manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no plans, additional structure channeling will be required. further compensation shall be made. A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS. connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints RRQC will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes, catch basins or curb inlets. carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor, materials and equipment required_ home. Sufficient pressure shall be applied in making the joint to ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted_ Any pipe damaged during joining and joint Page-SP-32 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying All openings in Contracting Agency, the pipe line shall be closed with water tight expandable type sewer ' Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe pushing the pipe and damaging the pipe or joint system Any openings are left unattended_ The use of burlap wood or other damaged pipe shall be replaced by the Contractor at his expense similar temporary plugs will not be permitted Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required all pipe shall be laid straight SECTION 7-08.3(2)J IS AN ADDED NEW SECTION: between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement 7-08.3(2)J Placing PVC Pipe(RC the pipe shall be placed with the minor axis of the reinforcement in In the trench, prepared as specified in Section 7-02.3(1) PVC a vertical position. pipe shall be laid beginning at the lower end with the bell end Immediately after the pipe joints has been made proper gasket upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement the pipe. When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING: at the point of connection. 7-08.3(2)A Survey Line and Grade 7-08.3(2)G Sewer Line Connections (RC)Survey line and grade control shall be provided in accordance Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-1] saddle secured to the sewer main with stainless steel bands. When min a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe the existing main where they shall be carried by means of a laser beam using 50 foot shall be core drilled. minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled and shall have an "O" ring rubber gasket meeting ASTM C478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal PVC pipe connection shall consist of tee nipple and couplers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWS: FOLLOWING. 7-08.4 Measurement (SA) 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfrll for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the calculations from measurements on the top of the pipe or by cubic yard, including haul,as specified in 2-09., or by the TON. looking for ponding of 1/2" or less which indicates a satisfactory Concrete for plugging existing pipes will be measured by the condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely larger size, pipe(s) shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for elevation, unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe, fittings etc. shall be carefully handled and protected Excavation of the trench will be measured as structure against damage, impact shocks and free fall. All pipe handling excavation Class B or structure excavation Class B including haul, equipment shall be acceptable to the ENGINEER Pipe shall not by the cubic yard as specified in Section 2-09. When excavation be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as installed. specified in Section 2-09.4. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench Page-SP-33 Revision Date: May 19, 1997 7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-I1 Pipe Installation for Water Mains ' SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains FOLLOWS: 7-08.5 Payment I (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations", per cubic yard,or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS: "Gravel Backfill for Pipe Zone Bedding", per cubic yard. or Ton. 7-11.3(4)A Ductile Iron Pipe (RC) "Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If "Structure Excavation Class B Incl.Haul", per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no further compensation shall be made, lengths are required, the Plans will indicate maximum lengths that "Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of I incidental. the manufacturer's printed recommended deflections. ` 7-10 'trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe (4 inches and Over) C SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-10.4 Measurement (RC) THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN Measurement of bank run gravel for trench backfll will be by REVISED AS FOLLOWS: the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with accordance with Section 1-09. Polyethylene Encasement(RC) 710.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: , e Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment(RC) encasement shall be installed in accordance with AWWA C105. ' The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and cubic yard. valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance Payment for "removal with ANSI/AWWA C105/A21.5-93. and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. 4. "Bank Run Gravel for Trench Backfill", per cubic yard 7-11 3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or ton. REPLACED BY THE FOLLOWING The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC) furnish,- place, and compact the material in the trench. Also Steel pipe shall not be used. included in the unit contract price is the disposal of excess and unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS 6. "Foundation Material" , per ton or cubic yard. FOLLOWS: Payment at the unit contract price for "foundation material" 7_11.3(9)A Connections to Existing Mains (RC) shall be full compensation for excavating and disposing of the unsuitable material and replacingwith the a The Contractor may be required to perform the connection appropriate foundation material per Section 9-30.7B(I). during times other than normal working hours. The Contractor shall not operate any valves on the existing system ati4lze1li-spscific . Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by City forces as provided below: City Installed connections: Page-SP-34 Revision Date:May 19, 1997 ' 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the registering I gallon per revolution. The meter shall be approved by drawings. The contractor must verify all existing piping the Engineer. dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period, scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled # on site. Allowable leakage per 1000 ft. of pipeline*-in GPH The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches disposal of unsuitable materials, shoring, de-watering, foundation PSI 6" 8" 10" 12" 16" 20' 24' 1 material, at the connection areas before the scheduled time for the 450 0_95 1.27 1.59 1.91 2.53 3.18 3_82 connection by the City. The Contractor shall provide all materials 400 0_90 1.20 2S0 1.80 2_40 2_00 3_60 necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 1.69 2.25 2.81 3_37 plans, including but not limited to the required fittings couplings 275 0.75 1_00 1.24 1.49 1_99 2.49 2_99 pipe spools, shackle materials to complete the connections. The 250 0.71 0_95 1.19 1.42 11=90 2.37 2_95 Contractor shall provide and install concrete blocking, polywrap 225 0_68 0_90 1.13 1.35 1_80 2_25 2.70 the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various water mains. diameters, the allowable leakage will be the sum of the computed The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-I1.3(II)IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost from the main shall not exceed the FOLLOWS: number of gallons per hour as determined by the(formula 7-11.3(11) Hydrostatic Pressure Test (RC) L=N r A hydrant meter and a back flow prevention device will be 7400 used when drawing water from the City system. These may in which obtained from the City by completing the required forms and L = Allowable leakage,gallons/hour making required security deposits. There will be a charge for the N = No.of joints in the length of pipeline tested water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches be expelled completely from the pipe valves and hydrants. If P = Average test pressure during the leakage test,psi permanent air vents are not located at all high points the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been SEC77ON 7-11.3(12)A SHALL BE REVISED AND expelled, the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: pressure applied. At the conclusion of the pressure test the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be 9vdwdpo1y- under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe. If no hyd;aaf is installod as the @Ad furnish the water necessary to fill the pipelines for testing purposes of the-tnairt,-the main cannot be "poly-pigged", then a tap shall be at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in normal system operation. the main. The test shall be accomplished by pumping the main up to the The "Poly-pig" shall be equal to Girard Industries Aqua- required pressure, stopping the pump for a minimum of two hours, Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end. visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be concentration of 50 mg/l. accomplished in accordance with the City's standard detail. Water The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing accurately determined by either 1)pumping from an open container water system, shall not be disposed into the storm drainage system of suitable size such that accurate volume measurements can be or any water way. made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand Page-SP-35 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains ' SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2' and 3" mechanical joints, 3/4" for 7-11.3(12)D Dry Calcium Hypochlorite (RC) 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000 laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and ' hardness specifications. SST 753: 3/4" for 14" to 24" mechanical 7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4" same as Treated water shall be retained in the pipe at least 24 hours SST 7, except I" eye for 7/8" rod. same ASTM specification as but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt• SS8. 5/8" and 3/4', least 25 mg/l. ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4% ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563,grade A, zinc plated or hot-dip galvanized 7-11.3(12)N Final Flushing and Testing (RC) Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot- Before placing the lines into service,a satisfactory report shall dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, be received from the local or State health department or an g , approved testing lab on samples collected from representative grade C3. S1Q: for 5/8' and 3/4" tierods, ASTM A563, grade A. points in the new system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths, bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4' diameter, ASTM A242, type 2; ANSI B1.1. S12: 518" and 3/4" diameter, , SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36,A307. ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip 7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SS17:ASTM A242, F436. S17: ANSI B18.22.1. Installation: Block (RC) Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower. All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe. around joints. The forms shall be stripped prior to backfilling. Joint restraint(shackle rods), where required, shall be installed in accordance with section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4" plans. The dead-man block shall include reinforcing steels, shackle Tie Rods Required rods, installation and removal of formwork. - 4" .....................................2 Blocking shall be commercial concrete (hand mixed concrete is not allowed)and poured in place. 6 '.'...."""..""""".""."""""..3 SECTION 7-11.3(I5)IS A NEW ADDITIONAL SECTION. 10'...........................................4 12............................................6 7-11.3(15) Joint Restraint Systems (RC) 14"...........................................8 General: l6............................................8 Where shown on the plans or in the specifications or required by 18"...........................................8 the engineer, joint restraint system (shackle rods)shall be used. all 20'...........................................10 joint restraint materials used shall be those manufactured by star 24"...........................................14 national products, 1323 holly avenue PO box 258, Columbus Ohio 30............................................(16-7/8"rods) 43216, unless an equal alternate is approved in writing by the 36"...........................................(24-7/8"rods engineer. Materials: M Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is treated, superstar "SST" series. supplied with slots for "T" bolts instead of holes a flanged valve High strength low-alloy steel(cor-ten), ASTM A242, superstar with a flange by mechanical joint adapter shall be used instead, so "SS" series. as to provide adequate space for locating the tiebolts. Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained, ASTM A153 for galvanizing iron and steel hardware. no run of restrained e shall be length ASTM A123 for galvanizing rolled, pressed and forged steel pipe greater than s feet u between fittings. Insert long body solid sleeves as required on shames. longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Page-SP-36 Revision Date:May 19, 1997 7-I2 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tebolts tienuts 7-12 Valves for Water Mains tiecouplings; tierods and tiewashers shall be galvanized All disturbed sections will be painted to the inspectors satisfaction SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS. with koppers bitomastic no. 300-m or approved equal. Where poly wrapping is not required all tiebolts tienuts SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS: tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post (RC) koppers bitumastic no. 800-m or approved equal. Where required, a valve marker post shall be furnished and Tiebolts, tienuts, tiecouplings tierods and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with payment shall be made. 18 inches of the post exposed above grade. :Me exposed poi4oa SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) ' Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION.- included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade_R Q shall be considered incidental to the installation of the water main Valve boxes shall be adiusted to grade in the same manner as and no further compensation shall be made. for manholes, as detailed in Section 7-05 3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adiustments shall include but not be limited mains will be per each for each connection to existing water to, the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 741.5 HAS BEEN REVISED AS FOLLOWS. final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12 7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to _Pipe for Water Main and Fittings_In. Diam.", per remove such debris, leaving the valve installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of _Pipe for Water Main—In. Diam." shall be full pay for fourth inch(1/4")to one-half inch(1/2")below finished grade all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING: of polyethylene wrap, cleaning by poly-pigs vertical crosses for insertion and removal of poly-pigs temporary thrust blocks and 7-12.4 Measurement blow-off assemblies, testing flushing disinfecting the pipeline Adjustment of existing valve boxes to grade shall be measured shackle rods, abandoning and capping existing water mains, per each, if included as a separate pay item in the Contract; if not a removing miscellaneous pipes removing_and salvaging existing separate pay item but required to complete the work then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plans,and cleanup. Hydrant auxiliary gate valve will be included in the "Concrete Thrust Blocking and Dead-Man Blocks" per cubic measurement for hydrant assembly and will not be included in this measurement item. The unit contract price bid for "Concrete Thrust Blocking and Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE materials, equipment for the- installation of the concrete thrust FOLLOWING: blocks and dead- man blocks including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation, dewatering haul and disposal of unsuitable materials Box," per each. concrete, reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified item is not included in the contract schedule of prices then thrust size, shall be full pay for all labor, equipment and material to blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main installation of the pipe and no further compensation shall be made including trenching, jointing, blocking of valve painting "Connection to Existing Water Mains" per each. disinfecting, hydrostatic testing, cast-iron valve box and extensions The unit contract price per each connection to existing water as required, valve nut extensions adjustment to final grade. mains shall be for complete compensation for all equipment labor, "12 inch Gate Valve and Concrete Vault," per each. materials required for the connections to the existing water mains The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main including trenching, jointing, blocking of valve by-pass assembly cast-iron casting and cover, ladder rung concrete risers as required, adjustment to final grade. "16 inch and larger Butterfly Valve and Concrete Vault," per each. Page-SP-37 Revision Date:May 19, 1997 7-14 Hydrants 1-14 Hydrants The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4' shackle rods and accessories, ' butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are and material to furnish and install the valve complete in place on outside right-of-way). the water main including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance painting disinfecting hydrostatic testing concrete vault, cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required, adjustment SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE to final grade. FOLLOWING: "Blow-off assembly,'per each. The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants RC shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants installation of the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new Detail,latest revision. hydrant). All rubber gaskets shall be replaced with new gaskets of "Air-Release/Air-Vacuum Valve Assembly," per each. the type required for a new installation of the same type. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE , complete the installation of the assembly including but not limited FOLLOWING: to excavating tapping thg main, laying and jointing the pipe and fittings and appurtenances backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants c c> disinfection meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced "Adjust Existing Valve Box to Grade (RC),' per each. with new gaskets of the type required for a new installation of the The contract bid price for 'Adjust Existing Valve Box to same type. , Grade" above shall be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS: tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, including all incidental 7-14.5 Payment (RC) work. If not included as a separate pay item in the Contract, but required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made. "Hydrant Assembly",per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to famish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as , maske;{iess. specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made., 7-14 Hydrants "Resetting Existing Hydrants",per each. I 7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to reset the existing SECTION 7-14.3(l) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding(or replacement with a new hydrant), FOLLOWS. shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants(RC) considered incidental and no additional payment shall be made. After all installation and testing is complete, the exposed portion of the hydrant shall be painted with o;wtwo field coats. The . Guard posts shown on the plans shall type and color of paint will be designated by the Engineer. be incidental to the contract. Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants", per each. a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing specifications C600-93 Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to the project all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made preservative paint NO. 43-655 safety yellow or approved equal. . Guard posts shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL) 6" gate valve(FL x MI), 6" DI spool (PE x PE),5- , 1/4" MVO fire hvdrant (MJ connection), 4" x 5" Stortz adapter, Page-SP-38 Revision Date:May 19, 1997 , 7-15 Service Connections 7-17 Sanitary Sewer 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS. 7-17.3(2)H Television Inspection (RC) Once the television inspection has been completed the 7-15.3 Construction Details (RC) contractor shall submit To the Engineer the written reports of the ' Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color lines shall be copper. and compatible with the City's viewing and recording systems The Where instalation is in existing paved streets the service lines City system accepts 1/2" wide high density VHS TapesI The tapes shall be installed by a trenchless percussion and impact method will be run at standard speed SP(1 5/16 I.P.S) (hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS fails, regular open trench methods may be used. FOLLOWS: SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement 7-15.5 Payment (RC) The length of sewer pipe will be the number of linear feet of completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection_In. Diam.",per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection structures. In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or oe- Section 7-17.3(2) will be the number of linear feet of completed hogging), tapping the main,laying and jointing the pipe and fittings installation actually tested. and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill of the service connection. Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the Ton on truck 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS 1 SECTION 7-1_7.2 HAS BEEN REVISED AS FOLLOWS. FOLLOWS. 7-17.2 Materials 7-17.5 Payment (RC) (RC) (SA) Payment will be made in accordance with Section 1-04.1, for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. eF-11 C ewer Pipe _ In. Diam.", per linear Concrete ADS-Coi3tpotyita foot. var-ified- Clay PVC(Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot. sections. "Ductile Iron Sewer Pipe_In. Diam.",per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) _ Reinforced Concrete Storm$ewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the "i*-iFoa Clay Saiuer Pipe 9-05.3 kind and size specified shall be full pay for furnishing, hauling, and PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes, Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and ADS-Composite Se3t,ar Pipe 905.34 adjustment of inverts to manholes for the completion of the installation to the required lines and grades. All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe",per linear foot. thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2). FOLLOWING. If no unit price for "Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per (RC) cubic yard. When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay for all work trap in the first existing manhole downstream of the connection It to remove unsuitable material and replace and compact suitable shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A. trap until the new system is placed in service and then to remove it "Bank Run Gravel for Trench Backfill Sewer", per cubic 1 Any construction debris which enter the existing downstream yard,or Ton. system, shall be removed by the contractor at his expense and to The unit contract price per cubic yard, or Ton for "Bank Run the satisfaction of the Engineer. When the first manhole is set it's Gravel for Trench Backfill Sewer"shall be full pay for all work to outlet shall be plugged until acceptance by the Engineer. furnish, place, and compact material in the trench. "Television Inspection" per Lump Sum. Page-SP-39 ' Revision Date:May 19, 1997 6-W Raised Pavement Markers 8-14 Cement Concrete Side-,A Division S SECTION 8-13.5 IS SUPPLEMENTED BY ADDING T. , FOLLOWING: Miscellaneous Construction 8-13.5 Payment "Reset Existing Monument"per each. , 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction st be incidental unless included as a pay item in the Schedule ' SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_ 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING T1 "Raised Pavement Marker Type 1",per eachhuadted. FOLLOWING. "Raised Pavement Marker Type 2", per eachhuadmd. 8-14.3(4) Curing (RC) ' "Raised Pavement Marker Type 3- In.", per eachhunawd The Contractor shall have readily available suffici "Recessed Pavement Marker", per eachhuAdsed. protective covering, such as waterproof paper or plastic membrai The unit contract price per eachhundted for "Raised Pavement to cover the pour of an entire day in the event of rain or ot] , Marker Type I", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricadii Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed concre necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed a with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING T1 control is listed in the FOLLOWING. contract as a separate pay item. 8-14.4 Measurement (RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ran Cement Concrete,' the per each measurement shall include costs for the complete installation per the plans and standard deta 8-13 Monument Cases including expansion joint material, curb and gutter and ramr sidewalk section. Sawcutting, removal and disposal of excavai , SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk, crust; FOLLOWS: surfacing base materials and all other work, materials a equipment required per Section 8-14 shall be included in the t 8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete" unless any of tht This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate p cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ran the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call. for such installation, th , supplied surveyor. quantities shall be measured with and paid for under the bid itet for Curb and Gutter and for Cement Concrete Sidewalk. Wh SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the paymt FOLLOWS: shall be included in the pay item for "Miscellaneous ands 8-13.3 Construction Requirements Driveway Asphalt Concrete." SECTION 8-14.5 IS SUPPLEMENTED BY ADDING TI T}td monument will be furnished and set by the Engineer or by FOLLOWING: the Contractor supplied surveyor. When existing monuments will be impacted by a project, the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. "Curb Ramp,Cement Concrete,"per each. After construction is complete the monuments shall be re- Payment for excavation of material not related to t established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk c be placed, when and if shown in the Plans, will be made SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, t FOLLOWING: Contractor shall make all excavations including haul and dispo& 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to t lines and grades shown, and shall include all costs thereof in t All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidew2 ' impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concrete contract unless specifically called out to be paid as a bid item. Page-SP-40 Revision Date:May 19, 1997 , ' 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical 8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the option of the SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will, however, be of sufficient size so that all of the necessary conduit can be installed within the depths 8-17.5_Payment (RC) specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density per then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D. pay item for 'Traffic Control." ' SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS. 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC) and Electrical � -8-20.2 Materials Where obstructions prevent construction of planned SECTION 8-20.2(l)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation FOLLOWING: satisfactory to the Engineer. 8-20.2(1) Equipment List and Drawings(RC) plus the ancho;bolt stub hoight shall not exceed 4 iaGhec-ba;, ' The Contractor shall submit for approval six sets of shop Win' drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the this project: foundations for and to the dimensions specified in table 1 below. 1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed 2. Signal standards with or without pre-approved plans. thereon. 3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation 4. Metal Strain Poles. construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship- like manner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period, the contractor may install the applicable device 8-20.3(2) Excavating and Backfilling (RC) thereon. The contractor shall supply trench within the unit widths and ' to the specified depths at the locations indicated on the contract Table 1 plans or as directed by the engineer. The contractor shall have approved compaction equipment on Type of device Dimensions site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole up to 40'mast arm 7'Deep x 3' Sq or Dia. directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet work shall be covered until it has been examined by the engineer, backfill material used for fill around and over this conduit system shall be free of rocks greater than two inches in diameter to a depth All concrete foundations shall be constructed in the manner of six inches above the conduit. specified below: Trench within the roadway area shall use select trench backfill 1. Where sidewalk or raised islands are to be constructed as a art which shall consist of 5/8th inch minus crushed surfacing top p of this project, the top of the foundation shall be made flush with the top of the sidewalk or island. (See detail course or other material as indicated in the special provisions or schedule of prices and directed for use by the engineer. The source sheet and quality of the material shall be subject to approval by the 2. Where no sidewalks are to be installed,the grade for the top engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the engineer.(See with acceptable materials from the excavation subject to the detail sheet) Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by tt.e Engineer. The Page-SP-41 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed. ' FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. 8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or , Bushings. Wall thickness of conduit shall be consistent within_ lesz>iens: continuous conduit runs with no mixing of different schedule types between terminations. , The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size bo-y— shall be as indicated on the wiring and conduit schedule shown on 1�_ Conduit to be provided and installed shall be of the type - indicated below: 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. 2. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(6) Junction Boxes 9- A'] other locw;opr noted ;A tho contr.2Gt The contractor shall provide and install junction boxes of the type and size at the locations specified in the plans and as per detail sheets. The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only: "Lighting' 2. Signal only: "Signals' slipter:;Aed h2 3. Traffic signal and street lighting: "TS-LT' 4. Telemetry only: 'Telemetry' Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal, or both, shall be consistent throughout the project. All junction boxes shall be installed in rtQQ] conformance with provisions contained in the standard plans and detail sheets. The unit contract price per each for "Type I" or "Type 11" , junction box shall be full compensation for furnishing same and for d'gn-gbcd w4how!be of the Q;gince;-Ad then QA!3' in the all costs of labor, material, tools, and equipment necessary to provide and install the junction boxes including excavation, backfilling and compaction all in accordance with plans, If allowed in the Plans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames. install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be conform to the following: installed on compacted sub grade which shall include six inches of I. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed deep. The cuts shall be parallel to each other and extend 14et ne der and around the base of the junction box. Concrete shall be I foot beyond the edge of the trench. — promptly cleaned from the junction box frame and lid. 2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include 3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a over conduits below the roadbed, and 18 inches below finished 4" thick Class "B' cement concrete pad enclosing the junction box grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed restored per the Renton Standard Detail. h2ckf4llod with 3 inGhog o surfacing"and/or for "concrete pad." qts mowed Page-SP-42 Revision Date:May 19, 1997 ' 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the FOLLOWS: necessary arrangements with the serving utility to complete the ' service connections. Electrical energy used prior to completion of 8-20.3(9) Bonding, Grounding (RC) the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer, will be borne by the Stase City. Three types of power service are used as indicated below- 1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle A.C.(traffic signal service only) 2. Type II, system shall be single phase 240 volt 2 wire 60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A_C_ (street lighting contactor/traffic signal grounded neutral service) in The power service point shall be as noted on the plans and ceraduit, shall be verified by the electrical servicing utility. Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint shall be accomplished only at the service. conforming to Federal Specification TT-E-489. ;,,g,,,llation 2-Ad- F h SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS at-�acl� srnparatel3 FOLLOWS: 8-20.3(11) Field Test (RC) less than 10 4Q4 in ign th if''6-_3L4r"4,12 inch ip d;2_XQ-sQF or A04 'erg Tho -410 fO; Gba"ging 49m flaghing W &top and go @pc;a; All street light standards signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays, or the day preceding a holiday. complete with a N8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and 1. Requests for traffic signal turn on will not be considered until a ' signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on in accordance with the plans specifications and applicable codes date. Ground rods are considered miscellaneous items and all costs 3. Requests for signal turn on shall not be considered until are to be included with the system or conductors Ground straps electrical service to the intersection has been provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility, in the "Schedule of prices." 4. A minimum of three (3) working days notice will be required ' for signal turn on. SECTION 8-20.3(10) IS REVISED AND SUPPLEMENTED AS 5_ Channelization at the intersection must be complete per plan FOLLOWS: before requesting signal turn on date. Any deletions of charmelization prior to turn on must be approved by the 8-20.3(10) Service (RC) engineer. Power sources shown in the Plans are approximate only; exact 6. City forces shall provide, post and maintain proper signing location will be determined in the field. warning of new signal ahead. 8-20.3(13) Illumination Systems so o�0 6c�ir a miter leas SECTION 8-20.3(I3)A IS REVISED AND SUPPLEMENTED AS FOLLOWS. gi" AP;vd 8-20.3(13)A Light Standards (RC) (SA) rhgei:vivvt t ll be a r anti r Page-SP-43 ' Revision Date: May 19, 1997 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures Z 411 2&hQ;:A 9h:111 do n cu:rn M 164 a 315) caused by wind loads of 85 m.p.h. with gust factor of 1.3. , All poles shall maintain a minimum safety factor of 4.38 p.s.i. slip PWO and the k0oper.plate on yield strength of weight load and 2.33 p.s.i. for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two pressure. full threads. Davit Arms: The davit style arm shall incorporate a 5'9" radius bend as measured from the centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2' above horizontal and shall be furnished with a 2" diameter shipfitter with a maximum length of 8 inches to fit the luminaire specified. The pole end of the davit arm tube shall he fastened securely to the top of the shaft producing a flush joint with an even profile. Anchor Base: the;;;egularsties. A one piece anchor base of adequate strength, shape and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing the damaged portion of the anchor bolt, be provided with each pole. cutting threads on the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending 2- AnGho; be installed plumb, t 1 degree. moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the 2s:;;d2r.d Rl2ns. recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment, anchor bolt fabrication data, test results and any other data that may be required to confirm that the anchor bolts meet these specifications. , Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The contractor shall supply and install a combination of founda"On 4-digits and one letter on each pole, whether individual hminaire 3 couplings shall be ;ARtalled to 'Atithin 1.19 inch to 3119 inch of or signal pole with luminair. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching ' traffic. Legends shall be sealed with transparent film, resistant to dust,weather and ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold, white reflectorized 2 inch legend on S -P�aus. a black background. The I.D. number will be assigned to each ' pole at the end of the contract or project by the City traffic engineering office. Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using proper sized and shall plumb or rake the poles as directed by the Engineer. sockets open end,or box wrenches. Use of pliers, pipe wrenches, The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted. on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and Page-SP-44 Revision Date:May 19, 1997 ' 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION. base plate. 8-20.3(14)F Opticom Priority Control Systems (RC) Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500 portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply one copy mixture will stick together on being molded into a ball by hand of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed, one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier. the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: ' FOLLOWING: 8-20.3(15) Grout (RC) 8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an open end crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers wire FOLLOWS. cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat clean 8-20.4 Measurement (RC) appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal ystem conductor runs shall be attached to appropriate signal terminal _ no specific unit of measurement boards with pressure type binding posts. The only exceptions shall will apply,1 but measurement will be for the sum total of all items be the splices for detector loops at the nearest junction box to the ' for a complete system to be furnished and installed. loops. Conduit of the kind and diameter specified in the Schedule of SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line FOLLOWING(RC) length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum 8-20.3(14)C Induction Loop Vehicle Detectors (RC) bid item. 11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in compression type connectors. Section 8-20.5 or as described in the contract schedule of prices SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions. FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS 8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS: Cable(RC) 8-20.5 Payment (RC) The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. Payment will made for each of the following bid items that p are included in the proposal: SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System—", lump sum. AS FOLLOWS. "Traffic Signal D' ystem _", lump 8-20.3(14)E Signal Standards (RC) sum. r 3. Disconnect connectors complete with pole and bracket he lump sum contract price for "Illumination System _" cable shall be installed in any signal standard supporting a and "Traffic Signal yion _", . luminaire. " shall be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete electrical system, modifying existing ems' systems, or both, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations, conduit, all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all W SDOT. required tests. All additional materials and labor, not shown in the 15. Installation of all nuts and bolts shall be performed with Plans or called for herein and which are required to complete the proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the electrical system, shall be included in the lump sum contract price. nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve — adequate torquing of the nut(s). Page-SP-45 ' Revision Date:May 19, 1997 9-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical The unit per each price for (14)"Service cabinet" shall be full compensation for furnishing and installing the fully equipped cabinet and for risers, standoffs and any other materials labor or ' ff costs associated with providing electrical service as required by the electrical utility, the contract plans details and specifications and not included as separate pay items in the contract schedule of rises. Sysiom ...a- "........Signal head......," per each. All costs for installing conduit containing both signal and ...Signal head mounting hardware,"per lump sum. illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting signal system. hardware" shall be full compensation for supplying and installing ' All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. prices for the signal system. "Pole mounted terminal boz ..."x...'x..." and mounting The unit prices for the items listed below shall be full hardware," per each. compensation for furnishing and installing each item and for all "2/c shld loop return cable," per linear foot. labor, materials, tools, equipment and testing necessary and/or "3/C shld pre-emption cable,"per linear foot. incidental for the full and complete installation as per the contract "...-pair shld interconnect cable," per linear foot. plaits, detail sheets and these specifications. "Traffic signal controller and cabinet,* per each. "Trench and Backfill......... wide by........." deep, " per The unit contract price for "Traffic Signal Controller and linear foot. Cabinet" shall be full compensation for furnishing and installing a The unit contract price for (3) "Trench and Backfill" pee fully equipped, wired and operational controller and cabinet. linear foot shall be full compensation for excavating loading "Traffic signal wire,'per lump sum. hauling and otherwise disposing of the waste materials, for "Signal standard, Type...,with ...-foot mast arm," per each. backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot. and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans, specifications and detail sheets. sawcut required for installation. The unit price shall be full "Select Trench Backftll," per ton. (4)"Select Trench Backfill' compensation for full and complete installation including wire shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices "........Foundation, .......," per each.* splices to loop return cables unless separate pay items are included "Type .... Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting *The unit per each price for (5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs' shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of "Concrete Pad." proper locating of loop return "Stub-out", by direct routing of "Concrete Pad," per square_yard. "home runs' and by combining up to 4 pairs of loop wires in a Measurement for (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and 'Home Run" layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place. the area of the junction box or foundation enclosed and shall be full .......Splice kit,'per each. compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each. specifications and detail sheets. "Opticom discriminator card," per each. "...�.." Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier,' per each. ....... Schedule 80 conduit, P.V.C., ' per linear foot.* "Street light fuse kit," per each. * The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, " per each. couplings, adapters, elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post," per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole,Type 1, 10-feet," per each. the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole,* per each. from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing measurement at the end of each conduit run equal to the design foundation, removing and salvaging or re-installing existing depth of the trench. No payment shall be made for additional equipment, plugging holes as required and installing the pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools materials of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard per each. complete the installation and make the electrical equipment ........watt...Luminaire and lamp," per each. operational all in accordance with the plans specifications and ........watt...Luminaire and lamp with photocell," per each. detail sheets. .......AWG....copper wire," per linear foot. "Remove existing.......Foundation," per each. "Service cabinet, " per each. Page-SP46 Revision Date:May 19, 1997 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for "Remove existing foundation" Traffic Icu"Le end shall be full compensation for full and complete removal and A WHITE marking hauling and disposal of the foundation. pFepestie fusing alphabetical letters.. 8-22 Pavement Marking 1 SECTION 8-22.1 IS REVISED AS FOLLOWS: 1:ig13.See contract plans and detail sheets. 8-22.1 (R� Description SECTION 8-22.3(5)IS REVISED AS FOLLOWS. P � ' Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RQ A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error or "skip"pattern shall be based on a-40_foot 24-foot unit consisting within a 40 feet 24-foot length of skip stripe shall not exceed plus of a-30-feet 9-foot line and a-30€eet 15-foot gap. Skip center or minus 1 inch. stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS: two way highways. Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches wide, _ Installation instructions for plastic markings shall be provided separated by a 4-inch-4;:�space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-aAd-- and for channelization. the ;;1&tal1a4iQA +peApproach Stripe ' A SOLID WHITE line, 8 inches wide, used to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION. from through lanes, for traffic islands, and for hash marks. Hash mark stripes shall be placed on 45 degree angle and 10 20-feet 8-22.3(7) Removal of Traffic Markers(RC) apart. — The work to remove all old or conflicting stripes lines Lane Stripe buttons, or markers as required to complete the channelization of A BROKEN WHITE line, 4 inches wide, used to the protect as shown on the plans or detail sheets shall be delineate adjacent lanes travelling in the same direction. The considered incidental to other contract pay items and no further broken or "skip" pattern shall be based on a-40-t'ee424-foot unit compensation shall be made unless a separate pay item or items are consisting of a I0-#feet 9-foot line and a-304eet 15-foot gap. provided for such removal. Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS. delineate a lane that ends atan ^f The broken or "skip" pattern shall be based on a 244,5-foot unit consisting of a 9-3-foot 8-22.4 Measurement (RC) (SA) line and a 154.2-foot gap. The measurement will be based on the travel distance-mquired of a marking system capable... Arb (aecgApproach stripe, barrier stripe, crosswalk stripe, and stop bar will be measured by the linear foot of each marking type. Traffic arrows will be measured by the unit with each arrow -I2-iesb-space. head defined as a unit. Traffic k4w"legends, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. gam. Measurement for paint/plastic stripe line removed shall be by Two Way Left Turn Stripe the linear foot of wide line or shall be included in the lump A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay space. The broken or "skip" pattern shall be based on a-40 feet 24- item, then removal of existing traffic markings shall be considered foot unit consisting of a-I0-€eet 9-foot line and a-30-foot 15-foot incidental to the payment for other items of work and no further space. The solid line shall be installed to the right of the broken compensation shall be made. line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS. A SOLID WHITE line,-42 8 inches wide and 10-feet long, installed parallel to another crosswalk stripes 8-22.5 Payment (RC) and parallel to the direction of traffic flow and centered in pairs on lane "Painted Ce�eApproach Stripe", per linear foot. lines and the center of lanes. See detail sheet.. Stop Bar "Painted Traffic Legend", per each. A SOLID WRITE line,-U 12, 18 or 24 inches wide "Plastic Traffic I Legend", per each. uwlsss as noted ett�wi�iu on the Contract plans. "Remove Paint Line ....." wide," per linear foot Page-SP-47 Revision Date:May 19, 1997 8-23 Temporary Pavement Markings te-IL-A temporary ravement mar. "Remove Plastic Line....... wide,' per linear foot.; 8-23 Temporary Pavement Markings "Remove existing traffic markings, 'per lump sum. * The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH T ' "Remove Plastic Line' and the lump sum contract price for FOLLOWING: "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans specifications 8-23.5 Payment (RC) and detail sheets If these pay items do not appear in the contract schedule of prices then the removal of old or conflicting traffic If no pay item is included in the contract for installation or markings required to complete the chanrtelization of the project as removal of temporary pavement markings then all costs associ: shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in other items in the contract and no further compensation shall be contract or included under "Traffic Control,' if that iten ' included as a bid item. made. The unit contract prices for the above listed bid items shall be -- -- full pay for fumishing all labor, tools material, and equipment necessary for the completion of the work as specified. 1 ! 1 1 1 1 1 i 1 1 1 Page-SP-48 Revision Date:May 19, 1997 9-00 Definitions and Tests 9-02 Bituminous Material: Division 9 material for payment may be produced for use on a project until the Job mix formula has been approved by the engineer. The mixture ' Materials shall be designed to meet the test criteria listed in Section 9-03 8(2) and remain within the limits set forth in 9-03 8(6) The determination of the job mix formula shall be the responsibility of 9-00 Definitions and Tests the Contractor. The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete ' 9-00(A) Recycled Materials (RC) specified unless there is a need to make an adjustment toin the JMF. The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized the City a. Percent passing each sieve size. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources SECTION 9-02.I(IO)IS A NEW SECTION: of materials be made, a new JMF must be approved by the ' 9-02.1(10) Loop Sealant (RC) Engineer before the new material is used. No shall W produ'" for.Iwo an the Pg:0j@Q& until Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be bwn hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the penetration flow and resilience specifications of ASTM D3407 and shall be installed with an Gogicr-otc mix wbmistcd by the- CQ1R4r-2Q4Qr. in the mix d- approved applicator in conformance with manufacturer's' datiens,"shalt be she- JA4F Any rchango The contractor shall request and obtain approval from the ;i6vu 11>4r;L. Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_aad-Adjustmenw. detector loops and shall submit manufacturer cutsheets or other a. Ulorwicag StUi&tical AcQpwanGe—After the JMF is ' data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits ' applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area, encapsulate the loop wires and adhere to the exceed the broad band pavement. specification limits specified ' in Section 9-03.8(6). 9-03 Aggregates Ag®ate passing 1", Broad band specification 3/4 5/8" 1/2" and limits Section 9-03.8(6). SECTION 9-03.8(6)A IS REVISED AS FOLLOWS. 3/8" sieves Aggregate passing 1/4" sieve f 6% 9-03.8(6)A Basis of Acceptance (RC) Aggregate passing No. 10 sieve f 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No_ 40 sieve f 4% conformance to the project job mix formula (JMF). For. the Aggregate passing No. 200 sieve f2%_Notel Asphalt cement f 0.5%Note2 For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9-03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement), 2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but less than 50% RAP, 1.0% for 50% RAP or greater_ These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. )• oA;R Of „hair h.l hr b added- Th TA411 thus b No Page-SP-49 ' Revision Date:May 19, 1997 9-04 Joint and Crack Sealing Materials 9-UJ ura►nage 6iructures,culverts,ana t.onuuits SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE , FOLLOWING: 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) , Joint assembly design shall be reinforced concrete bell and 9 Ad31jstmeWs spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints , (RCS Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS spesi#acatieas. FOLLOWS. ' 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) of 0 3 per-GoAl 40M tho appr-ov0d A4F No field Steel ;pi;:al ;ib 690AP 903AW. P;P@ Shall most the the-spesifivs;ie;;s. The manufacturer of spiral rib storm sewer pipe shall furnish , 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. ' 9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal Butyl rubber shall conform to ASTM D2000,MI BG 610. axis of the rPe• Pipe ends shall be cut evenly. Spiral rib pipe shall ' , be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. Conduits Spiral r-;b &4@;*P sows;pipe shall have he';QW ;:-br, chat SECTION 9-05.4 IS REVISED AS FOLLOWS: , 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Steel culvert pipe and pipe arch shall meet the requirements of , AASHTO M 36, Type I and Type II. Welded seam aluminum Congo;: coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is e shall be bituminous 0 acceptable and shall be asphalt treatment coated. ' SECTION 9-05.7(2)"IS DELETED AND REPLACED BY THE FOLLOWWNG: Steel spiral rib storm sewer pipe shall be manufactured of 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel: and inspected in conformance with Section 9-05.4. The size, coating, (RC) and metal shall be as shown in the Plans or in the Specifications. Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe, helical ribs shall project ' requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material. The ribs shall be essentially conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness otherwise specified. (2t) plus or minus 1/8 inch (measured outside to outside) and a , SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical FOLLOWING: distance from the outside of pipe wall immediately adjacent to the )ockseam or stiffener to the top surface of rib). The maximum 9-05.7(2)A Basis for Acceptance (RC) spacing of the ribs shall be 11.75 inches center to center(measured All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the (D-load) test in accordance with ASTM C76; and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam, a stiffener shall be included midway , Page-SP-50 Revision Date:May 19, 1997 9-16 Structural Steel and Related Materials 9-08 Paints between ribs, having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0625 inch with an When required, spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe helical ribs shall spiral rib pipe shalt conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 proiect outwardly from the smooth pipe wall and shall be fabricaty inch high (measured as the minimum vertical distance from the ' from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured .4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent. corers of the ribs shall be 0.0625 inch with an allowable tolerance of-10 percent. 9-06 Structural Steel and Related Materials ' SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION: 9-06.5 Bolts 9-05.12(3) CPEP Sewer Pipe (RC) CPEP - Smooth interior pipe and fittings shall be SECTION9-06.5(4)HAS BEENSUPPLEMENTEDBYADDING: manufactured from high density, polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts(RC) Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal ' pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall AASHTO M294. meet the recommended specifications of the pole manufacturer. SECTION 9-05.14IS DELETED. The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results mill I SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor FOLLOWS. bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the ' (RC) Contractor can submit documentation from the manufacturer Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon: axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall I. The standard anchor bolt for aluminum street light poles ' be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of gasket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall Spiral F-ib ggQF40 sewo;pope shal! h2;,@ halical Fibs that P;4jGG4 be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die-cut threads on the top end. 2. The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved ' dccp at 4 90 inchop— manufacturer's pole plans and/or supplemental plans or specifications provided by the manufacturer. All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized ' ceatet- unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). 9-08 Paints SECTION 9-08.8 IS A NEW SECTION. For spiral rib storm sewer-pipe, helical ribs shall 9-08.8 Manhole Coating System Products (RC) ' project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 314 9-08.8(1) Coating System Specification (RC) inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces with coupling bands. of sanitary sewer manholes when required. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + Page-SP-51 ' Revision Date:May 19, 1997 k.oncrete Luring trtatertafs and Admixtures 9-29 Illumination,Signals,Elect Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED FOLLOWS: A. General 1. Buried Manhole 9-29.3 Conductors, Cable (RC) ' Surface Color Paint System Each wire shall be numbered at each terminal end wit wrap-around type numbering strip bearing the circuit nurr, a. Buried, and White C-1 exposed shown on the plans. ' No splicing of any traffic signal conductor shall be permi concrete unless otherwise indicated on the plans. All conductor runs s surfaces. be pulled to the appropriate signal terminal compartment bo 9-08.8(2) Coating Systems With pressure type binding posts. The only exceptions shall be ' A. High Solids Urethane splices for detector loops at the nearest junction box to the loops The contractor shall provide and install all the necess : . : Coating System: C1 wiring, fuses and fittings so as to complete the installation of Coating Material: High Solids Urethane signal and lighting equipment as shown on the plans All mater and installation methods except as noted otherwise herein sl Surfaces: Concrete comply with applicable sections of the National Electrical Code Surface Preparation: In accordance with SSPC SP-7 8. Detector loop wire shall be No. 1244 AWG stran (Sweep or brush off blast) copper wire, Class B, with chemically cross-linked polyethyl ' Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. between coats shall not exceed 24hours in any case (11) Sim-pais.�Communications cable(�.�shall meet R specification PE-39 and shall have sic—gyi�No. 19 AWG wi System Thickness: 6A mils dry film with 0.00E inch FPA/MPR coated aluminum shielding. The ca Coatings: Primer: One coat of Wasser shall have a petroleum compound completely filling the inside MC-Conceal hi solids 2 the cable. urethane(2.0 DFT�Finish: The shielded communications/signal interconnect cable sl , Two or more coats of Wasser MC-Conceal (min. 4.0 DFT) meet the following:1. Conductors: Solid, soft drawn annealed copper, size awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene Admixtures polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twis SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross t 9-23.9 Fly Ash(RC) and meet strict capacitance limits. , 4. Shielding: A corrosion/oxidation resistant tinted ethylt Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated alumin tape shield is applied longitudinally with shielding coverage. I .005 corrugated tape applied in the same manner is acceptable. 9-29 Illumination, Signals, Electrical 5. Outer jacket: A black, low density high molecular wei SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlig FOLLOWING: temperature variations and other environmental conditions p , abuse during installation) is extruded overall to provide 9-29.1 Conduit_(RC) continuous covering. The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be grin indicated below: sequentially a minimum of 2' along the outer jacket. ' 1. Schedule 80 Extra heavy wall P.V.C. conforming to 7• Filling: the entire cable within the outer jacket is floor ASTM, Standards, to be used in all installations under roadways. With petroleum-polyethylene gel filling compound including i 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING T1 , SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) 9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and termii Junction boxes shall be reinforced concrete with galvanized board. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING TI , (Diamond pattern) as indicated on detail sheets. FOLLOWING. The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires (RC) 1. Signal only: "Signals" The filter shall be charcoal with Blast-omer gasket. , 2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cot 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates. Page-SP-52 Revision Date:May 19, 1997 , ' 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire. 9-29.11 Control Equipment 6d- 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH. unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device rated to monitor has been reset, the controller shall immediately take operate on 120 volts, 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of artery ' sensitive element connected to necessary control relays. The unit gr*@ yellow. shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type capable of energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit plus or minus two flashes per ' values in the temperature range of-55 degrees C to +70 degrees minute. C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3)IS REVISED AND SUPPLEMENTED AS control the system shall be mounted on the luminaire nearest to the FOLLOWS: service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (RC) Immediately after a valid call has been received, the SECTTON 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING. clearance intervals and subsequent pre-emption intervals. 9-29.13 Traffic Signal Controllers(RC) Pre-emption shall sequence as noted in the contract. Pre-emption equipment shall be installed so that internal wiring of the The unit shall operate on 120 volt, 60 cycle single phase controller, as normally furnished by the manufacturer, is not alternating current and shall use the power line frequency as a time altered. base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard Publications. phase. Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible ' mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City soldering. All components shall be standard "Off the shelf" items. of Renton is currently using and shall be capable of being activated The traffic signal controller shall be capable of interfacing by the same transmitters. ' with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobstructed establish the sequence of signal phases including overlaps in "line of sight" path. The system shall cause the traffic signals conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program. operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for with volume density on each phase as required. All clearance field programmability. It shall consist of the following timing and pedestrian timing shall be accomplished at the local components: intersection. a. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy SECTTON 9-29.13(2)IS REVISED AND SUPPLEMENTED AS emitter's signal. FOLLOWS: b. Discriminators which shall cause the signal controller to 9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle 2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence located behind the police panel door is turned to the flash position, diagram• the signals shall immediately revert to flash; however, the c. Pre-emption Indicator Lights. controller shall "STOP TIME." When the switch is placed on Optical Detector automatic, the signals shall continue to flash for an additional a. Shall be of solid state construction. 8 second flash period. At the completion of the continued 8 second b. Fittings shall meet the specifications of the system ' flash period, unless otherwise specified, the controller shall manufacturer to facilitate ease of installation. immediately resume normal cyclic operations at the beginning of c. Shall operate over an ambient temperature range of-40°Fto +180°FS-40°C to +85°� artery gsoeu ellow. 4. Power Interruption. On "NEMA" controllers any power d. Shall have internal circuitry encapsulated in a semi- interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture. shall re-energize consistent with No.2 above to ensure an 8 second e. Shall respond to the optical energy impulses generated by flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro of less than 475 plus or minus 25 milliseconds shall not cause joule per square meter at the detector, a rise time less than one resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than thirty microseconds. Page-SP-53 ' Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical y-6y Illumination,Nignals,Electrical Discriminator ' Each module shall do the following: a. Shall provide for a minimum of two channels of optical detector input. b. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or rimu ' advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency uvehicle. astatien. ' When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully- not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards. , received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation the traffic FOLLOWING: signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully-actuated 9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening , The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not , SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow. FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 9-29.13(6) Radio Interference Suppressors A Cornell-Dubiler radio interference filter NF 10801-1 30 9-29.13(nA Environmental, Performance and Test amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic Additionally, all power supplies shall have noise immunity from Controllers (RC) ' other devices within the cabinet. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- FOLLOWS: out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal 9-29.13(� Traffic-Actuated Controllers(RC) Shop will make space available to the contractor for the required Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete , both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components more intersections. satisfactorily functioning shall start the test period. Any All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The NEMA f specifications. demonstration by the contractor to the Engineer of all components functioning properly shall not relieve the contractor of any responsibility relative to the proper functioning of all aforestated_ Actuated traffic signal controllers shall be 8-phase control control gear when field installed. units. Volume-density timing features shall be provided on all controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED L-09, pin of AS FOLLOWS. 9-29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) ' f,alaecato tertiug. ';G6 of :* do iefaA .. l 14W A publication iA " 16 Page-SP-54 Revision Date:May 19, 1997 ' 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector ' maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command or load switching devices. information from the computer all in conformance and within the capability of the multisonic master computer unit and the Stop Time Bypass Switch interconnect cables. There shall be a switch in the cabinet identified as the stop SECTION 9-29.I3(7)D IS REVISED AND SUPPLEMENTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS: gyration either by the flash switch or the fail safe monitor, the 9-29.13( )D Controller Cabinets (RCS) ' controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness clear normal cycling operation while the intersection remains in flashing anediagd-sheet aluminum, or cast aluminum. Cabinets shall be operation, finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish light gray or DETECTOR test switch aluminum in color. As an alternate to painting the outside and inside of the aluminum cabinets may be clear anodized aluminum. ' Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: (spring return) detector test switch. When depressed the switch a. A spring loaded construction core lock capable of shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 3/4 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. cabinet. A door switch for the lamp shall be provided THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off" ' Fail Safe Unit position. A second switch shall be the auto-flash switch When placed in the "flash" position controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A C auxiliary panel described later. sine wave for all green amber and pedestrian walk indications c The duration of a display of conflicting indications shall not be long Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene. They shall be equipped with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc. or approved equal d. A two position door stop assembly. ' Surge Protector (Lighting Arrester) e. The Controller cabinet shall have a load bay panel with at least the following items mounted on the face of the panel: transfer relays; load switches; and terminal blocks for termination of all The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications). ' damage the controller or any of its components This load bay panel shall be mounted so that when the screws are removed, it will be possible to obtain full access to the Field Wiring Terminal terminations on the back of the load bay panel. There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE ' numbering system is used for the cabinet wiring then both FOLLOWING: numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal 9-29.16 Vehicular Signal Heads (RC) strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans. Vehicular signal head provided. housings shall consist of separate sections and be expandable type for vertical mounting. Lens shall be glass and meet I.T.E. Specifications for light output. Reflectors shall be alzac. Each f ' signal head shall have a 1/4 inch drain hole in its base i Page-SP-55 Revision Date:May 19, 1997 y-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads (RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border_ Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied ' plates shall be finished with two coats of factory-applied traffic traffic signal greet' ely low baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. ' Mounting hardware will SECTION 9-29.16 provide for a rigid connection (3)(RC)IS DELETED. between the signal head and mast arm. All mounting hardware 9-79 16(3)—Pelycarbonate-T4:afflr Signal-Heads (RC) will be of the top-mount plumbizer type as shown on the standard plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED. ' Position of the signal heads shall be located as close as ��o �r21 A Q ;�„� v^t.., ,,t,,., * Traffic Signal it a possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane (RQ and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED. ' be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other 0-29 16(3)8 Ilia.rti $^t7^,, ^^t J paM Sig miscellaneous mounting hardware shall be stainless steel. Heads (RQ SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS. 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt (RQ , traffic signal lamp rated for 1304=volt operation, 595 minimum Sittings for T3T@ 44 and N mountr shall be insullsd initial lumen, 665 rated initial lumen, 8,000-hour minimum, u apaiWe,dL-All ethe; ardware for etbe;:--mounts shall be painted 2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow , traffic signal lamp. Twelve inch traffic signal heads require baked enamel. 4.20130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(I) IS SUPPLEMENTED AND REVISED AS length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: ' base. Bulbs shall be installed with the opening between the filament ends up. 9-29.18(1) Induction Loop Detectors (RC) Detector amplifiers shall be Detector Systems model 810A or SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal. , 9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. pla aluminum of the tunnel type, unless specified wi& otherwise in the contract. Visors shall have attaching ears for , installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS.- have square doors. 9-29.20 Pedestrian Signal (RC) SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: ' Aestrian signals shall be either incsadescent- fiber optic or neor, id type, or other types as specified in the contract. 9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to TTE Standards (Standard for Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975). ' furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum)@l),ca;b@nas@ p4WQ, and the louvers shall rated 1,780 initial lurtienr 8O-hew rF ');W6 inch light ' be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. minimum of Ill inches high Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH Housings shall be die-cast aluminum and shall be painted with 9-29.16(2)D Back Plates (RC) two coats of factory applied traffic signal ellow enamel. ,Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(I) IS REPLACED BY ADDING ` heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION: half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type (RC) 5-inch square cut border and painted black in front and yellow in The fiber optics shall be drawn from optical glass of high I back. purity. The fibers shall be temperature resistant. The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime ' Page-SP-56 Revision Date:May 19, 1997 ' 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sin. The light guides shall contain fibers with a diameter of SECTION 9-29.24(I) IS DELETED AND REPLACED WITH 53 microns. Each single arm in the harness shall contain THE FOLLOWING: ' approximately 300 fibers. The optical sheathing shall have a wall thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting(RC) shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel light grey and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked ' The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp ' shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I. Type ' Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) display shall not require a cone for magnification, and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240 light points. All components shall be fastened to the flat black volt ' matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral ' SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS. 9. One 120 volt 40 Amp single pole branch breaker (signal service 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles ' All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a rugged plastic module. 12. Meter base sections are unnecessary ' SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: ' The pedestrian signal shall have a solid state message module 9-29.25 Terminal and Interconnect Cabinets (RC) electronic ballast,no external transformer,and operate at 30 watts. The heads shall display two symbol messages, "hand" (for the The pole mounted terminal box shall be made of molded do not walk mode) in Portland orange and 'Man" (for the walk fiberglass, be grey in color, be approximately 16" high x 13-7/8" mode) in lunar white. The message module shall consist of two wide x 5-7/8" deep and have a minimum of 16 terminals on the ' neon gas tubes enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight, have a single door plastic. The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the visors shall be flat black in color. door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING. Terminal blocks shall be 600V heavy duty, barrier type. Each 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip. The marker strip ' shall be permanently marked with the circuit number indicated in The signal/street lighting service cabinet shall be as indicated the Plans. Each connector shall be a screw type with No. 10 post on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with buss bars and conductor terminals shall be copper or brass. The spade tips. cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge. panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each and no screws, rivets or bolts shall be visible outside the enclosure, terminal cabinet and amplifier cabinet. ' The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract. cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. Page-SP-57 ' Revision Date:May 19, 1997 7-.w crater uistnuuuon Malenats yF_ju water mstnbution Materials 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) ' SECTION 9-30.1(1)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Groundhog SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: ' I. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. ' All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0"or approved equal with blue label "water. the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS 9-30.3 Valves FOLLOWS: SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW. 9-30.3(7) Combination Air Release/Air Vacuum Valves (RC) 9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty," combination air release valve or pressure of 200 PSI. Gate valves shall be Iowa List 14, Muellerequal- Company No.A2380, Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail Approval of valves other than models specified shall be latest revision. obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation ' 24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line. diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS. Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. 9-30.3(8) TappiLg Sleeve and Valve Assembly(RC) ' Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron swiuless steel, body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material. and 0-ring stuffing box. , RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION.- Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC) exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be /f18 Kupferle Foundry , Co. or approved equal. Installation of blow-off permanent blow- valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail, parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow-off requirements of AWWA Standard C-550 latest revision. Valves assembly shall be installed at location(s) shown on the plans. shall be provided with two (2) internal 0-ring stems seals. The Temporary blow-off assembly on new dead-end water main shall ' valves shall be equipped with one (1) anti-friction washer. The be installed at location shown on the plans. resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be , integrally cast. considered incidental to the contract and no additional payment Manufacturers of Resilient Seated gate Valves shall provide shall be made. the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING: ' Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints flanged joints or Fire hydrants shall be Iowa, Corey Type (opening with the ' mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250, _Approval must be obtained prior to bid opening. Clow, M&H Style 3067,Mueller Series 2370 Kennedy. Compression type fire hydrants (opening against pressure) Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929 Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200, conforming to AWWA C-502-85. in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. SECTION 9-30.5(l) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING: , shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.5(l) End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. Page-SP-58 Revision Date:May 19, 1997 , ' 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) 1S DELETED AND REPLACED WITH synthetic molded rubber gasket and shall be attached to hydrant THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable ' Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RC) _Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS: valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 9-30.6(3) Service Pipe nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe(RC) per inch, 60 degrees V. Threads outside diameter of male tread Polyethylene pipe shall not be used. 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left) 9-30.6(3)C Polybutalene Pipe(RC) The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used. ' threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS.- proportions as the hydrant stem nut Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test Fittings used for copper tubing shall be compression qW with pressures. gripper ring. ' The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS: extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded ' end portion shall have no lugs and 2 set screws 180 degrees apart 9-30.6(5) Meter Setters(RC). Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. Page-SP-59 ' Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS INDEX TO WSDOT AMENDMENT S ' WSDOT AMENDMENTS t The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the ' subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting ' provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes,the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. ' SECTION 1 SECTION 2 1 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION CONDITIONS AND EMBANIGVIENT (March 3, 1997) (March 3, 1997) "Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock 04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of (March 3, 1997) Common Borrow is added. "Increased or Decreased Quantities" revised. "Embankments at Bridge and Trestle Ends" ' formula revised. 07.AP1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION (March 3, 1997) (March 3, 1997) ' A new Amendment. Sub-section 1-07.9(5) A new Amendment. Sub-section 2-09.3(4) Required Documents is revised. Sub-section Construction Requirements, Structure Excavation, 1-07.13(4)Repair of Damage is added. Class B, Sub-section 2-09.4 Measurement, and ' "Required Records and Retention" revised. Sub-section 2-09.5 Payment are revised. Sub- section 2-09.3(1)E Backfilling, Controlled Density 09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. ' (March 3, 1997) "Payment for Material on Hand" revised. SECTION 3 10.AP1 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 02.AP3 SECTION 3-02, STOCKPILING (March 3, 1997) AGGREGATES A new Amendment. Sub-section 1-10.3(5) (March 3, 1997) ' Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT ' (September 30, 1996) A new Amendment. Sub-section 5-04.3(10)B Control is revised. Page-SP-60 ' Revision Date:May 19, 1997 .1 _11 1A �1``J WSDOT AMENDMENTS SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEAUNT ' (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- ' Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. ' Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added. l0.AP8 SECTION 8-10, GUIDE POSTS"Face Lumber, studs, Wales, and Metal Forms", ' and "Field Bending" are revised. (September 30, 1996) A new Amendment. Sub-section 8-10.2 Materials 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3, 1997) Requirements is revised. , A new Amendment. Sub-section 6-10.5 Payment is supplemented with an additional item. Sub- 11.AP8 SECTION 8-11, GUARDRAH, section 6-10.3(1) Precast Concrete Barrier is (March 3, 1997) added. Anchor Installation revised. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) SECTION 7 "Materials", and "Measurement" are revised. 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17'AP8 SECTION 8-17, IMPACT AI IENUATOR CATCH BASINS SYSTEMS (March 3, 1997) (March 3, 1997) ' Revised to include drywells. New standard item Construction Requirements revised. 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC ' Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4) ANCHORS Foundations is revised. Sub-section 8-20.3(13)A ' (March 3, 1997) Light standards is added. This section is deleted in its entirety. "Equipment List and Drawings" revised. 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING ' INSTALLATION REQUMEMENT'S (March 3, 1997) (March 3, 1997) A new Amendment. Sub-section 8-21.3(6) Sign A new Amendment Sub-section 7-08.3(1)C Pipe Refacing is revised. Sub-section 8-21.2 Materials Zone Bedding is renamed to Bedding the Pipe. is added. Sub-section 8-21.3(9)F Bases is added. Sub-section 8-21.3 Construction Requirements is Sub-section 7-08.3(2)D Pipe Laying-- Steel or Aluminum, Sub section 7-08.4 Measurement, and added."Construction Requirements", and "Materials" , Sub-section 7-08.5 Payment are revised. are revised. "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING ' "Standard plan for pipe collars pending. (March 3, 1997) 17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 (March 3, 1997) Measurement is revised. A new Amendment. Sub-section 7-17.3(2)C "Materials" revised. ' Infiltration Test is revised. Sub-section 7-17.2 Materials is added. "Infiltration Test" revised. ' 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) Page-SP-61 Revision Date:May 19,1997 , rr Ot.1v 1 11lrt Llvl/Lrt P.lv l,, WSDOT AMENDMENTS ' SECTION 9 10.AP9 SECTION 9-10, PILING (September 30, 1996) OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber (September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling A new Amendment. Sub-section 9-01.3 Tests and is revised. Acceptance is revised to reference "Mill Test Use message revised. Report Number". 11.AP9 SECTION 9-11, WATERPROOFING 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 19" (March 3, 1997) Asphalt waterproofing revised. "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12,MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) (March 3, 1997) Revised. ' A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS 03.14(2) Select Borrow is revised. (March 3, 1997) "Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04,JOINT AND CRACK SEALING MATERIALS 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL (March 3, 1997) (March 3, 1997) "Joint Mortar" revised. "Posts and Blocks", revised. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS CULVERTS, AND CONDUITS (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-17.1 General A new Amendment. Sub-section 9-05.6(4) is revised. Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1) Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub- 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION ' Specifications. GEOTEXTUX 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geoteztile Properties is revised. Placing in Treating Cylinders is revised.. Page-SP-62 Revision Date:May 19, 1997 r r 1 SPECIAL PROVISIONS it6941 s� `j ti bAIA�� PROVCOV\ r SP-i SPECIAL PROVISIONS - CONTENTS * Only new subsections have been included in this table of contents. INTRODUCTION TO THE SPECIAL PROVISIONS............................................................SP-ii DIVISION 1 GENERAL REQUIREMENTS..........................................................................SPA 1-01 DEFINITIONS AND TERMS.....................................................................................SP-1 1-02 BID PROCEDURES AND CONDITIONS .................................................................SP-2 1-02.16 Addenda..................................................................................................SP-2 1-03 AWARD AND EXECUTION OF CONTRACT...........................................................SP-3 1-04 SCOPE OF THE WORK ..........................................................................................SP-3 1-04.3 Contractor-Discovered Discrepancies .....................................................SP-4 1-05 CONTROL OF WORK .............................................................................................SP-5 1-05.3(1) Contractor- Requested Alternate Design or Materials...........................SP-6 1-05.14(1) Notifications Relative to Contractor's Activities......................................SP-8 1-06 CONTROL OF MATERIAL.......................................................................................SP-9 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.........................SP-10 1-07.1(1) Archaeological Discoveries and Historic Preservation..........................SP-10 1-07.17(1) Interruption of Services .......................................................................SP-13 1-08 PROSECUTION AND PROGRESS .......................................................................SP-14 1-09 MEASUREMENT AND PAYMENT.........................................................................SP-16 1-10 TEMPORARY TRAFFIC CONTROL......................................................................SP-16 DIVISION2 EARTHWORK ...............................................................................................SP-18 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .........................................SP-18 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS.........................................SP-19 2-09 STRUCTURE EXCAVATION .................................................................................SP-20 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS..................................................................................................SP-21 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS...................................SP-21 7-13 SPECIAL HIGH DENSITY POLYETHYLENE PIPE (HDPE) ..................................SP-22 7-16 OUTLET STRUCTURE..........................................................................................SP-26 DIVISION 8 MISCELLANEOUS CONSTRUCTION_....**,***....*,***...*....._*...,...._...,......_*SP-28 8-01 EROSION CONTROL............................................................................................SP-28 8-24 ROCK WALL..........................................................................................................SP-29 r Sunnydale Downstream Storm Improvement City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 SP-ii INTRODUCTION TO THE SPECIAL PROVISIONS , The following Special Provisions shall be used in conjunction with the Standard Specifications for Road, Bridge and Municipal Construction, 1996 edition, as amended, as issued by the Washington State Department of Transportation and American Public Works Association, Washington State Chapter (hereafter "Standard Specifications"), and with the City of Renton Transportation Supplemental Specifications contained in these Contract Provisions, all of which together are hereinafter referred to as the "Renton Standards". The Renton Standards, except as they may be modified or superseded by these Special Provisions, shall govern all phases of work under this contract, and they are by reference made an integral part of these Contract Provisions as if herein fully set forth. Section 1-04.2 of these Special Provisions lists the order of precedence of the Contract Documents. In case of conflict, the Special Provisions shall take precedence over the Renton Standards Also incorporated into these Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, current edition Proiect Drawings (Plans) A reduced copy of the drawings (Plans) for this Project is bound into the Contract Documents. Excerpts from the Renton Standard Plans have also been bound in this document for the Contractor's convenience. * IMPORTANT - PLEASE READ The Special Provisions are a document that: supplements, adds new specifications, replaces, or modifies the Renton Standards. For clarification of the purpose of the sections provided, these Special Provisions have the following added section descriptors: Supplement: Text supplements, slightly modifies, or adds clarification to the identified section of the Renton Standards. New: Item is unique to this project and will not be found in the Renton Standards. Replacement: A replacement of the entire identified section of the Renton Standards. Modification: A replacement of the identified sentence or paragraph of the Renton Standards. Sunn dal y e Downstream Storm Improvement City of Renton w.projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 DIVISION 1 GENERAL REQUIREMENTS The General Requirements shall be as outlined in the Renton Standards, except as modified by these Special Provisions. 1-01 DEFINITIONS AND TERMS Supplement All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer are the property of the Owner and are not to be used on other work and, with the exception of the signed Contract set, are to be returned to the Owner at the completion of the work. Any reuse of these materials is not permitted without specific written verification or adaptation by the Engineer. Whenever the words "as directed", "as required", "as permitted", or words of the like effect are used, it shall be understood that the direction, requirement or permission of Owner and Engineer is intended. The words "sufficient', "necessary", "proper", and the like shall mean sufficient, necessary or proper in the judgment of Owner and Engineer. The words "approved", "acceptable", "satisfactory" or other words of like import shall mean approved by or acceptable to Owner and Engineer. Additive, Deductive One or more bid items/items of work which must be part of bid, but may be added or deleted by Owner when Contract is awarded. Alternate Bid A choice between two or more different methods or materials for performing the same work; a substitution. Bond to the City of Renton Same as "Contract Bond" defined in the Renton Standards. Consulting Engineer A licensed registered engineer or an authorized member of a licensed consulting firm or organization retained by Owner for the design and/or the construction engineering of a specific public works project—in this case Entranco, Inc. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. ' Engineer The City Engineer or his duly authorized representative who is a currently licensed registered engineer in the State of Washington, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Sunnydale Downstream Storm Improvement City of Renton ' w projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-2 Inspector , Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Provide Means "furnish and install" as specified and shown in the Plans. Or Equivalent A manufactured article, material, method, or work, which in the opinion of Engineer, is equally desirable or suitable for the purposes intended in the Contract Documents, as compared with similar articles specifically mentioned therein. 1-02 BID PROCEDURES AND CONDITIONS The Bidder's/Contractor's attention is called to the Instructions to Bidders section of these Contract Provisions, which is hereby made a part of these Special Provisions. 1-02.4 Examination of Plans, Specifications, and Site of Work Supplement The alignment shown in the plans is approximate, and may be adjusted by the Engineer to minimize the disturbance of slopes and existing vegetation. The alignment is flagged in the field and the Contractor is strongly encouraged to inspect the alignment prior to preparing bid. Variations between the alignment flagged in the field and that shown in the plans, and any resulting change in the limit or locations of the work to be performed, will not be considered a change in the work or the basis for changing the unit contract prices. All unit contract prices shall apply for the actual amount of work performed. Minor variations and miscellaneous items may not be shown on the Plans. In accordance with the Renton Standards, it shall be the Contractor's responsibility to examine the site, familiarize him/herself with all attendant conditions, and determine the difficulties and work involved, and he shall accept the site in its existing condition at the time of award of contract. 1-02.16 Addenda New Questions regarding the meaning or intent of the Bidding Documents shall be submitted to the Engineer in writing. If warranted by the Engineer, interpretations will be provided by addenda. Only questions answered by formal written addenda will be binding. Oral or other interpretations or clarifications will be without legal effect. Addenda may be issued to modify or interpret the Bidding Documents. Addenda will be mailed r to persons or organizations to whom the Bidding Documents were issued. The Bidder shall acknowledge receipt of each addendum by filling in the appropriate spaces on the Proposal. Addenda issued only for the purpose of updating the prevailing wage rate information included in the Contract Provisions will not be mailed to planholders prior to Bid opening if time does not permit. Such addenda, if required, will only be made available by the Owner on the day of the Bid opening. Sunnydale Downstream Storm Improvement City of Renton ' w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 ' Division 1 - General Requirements SP-3 The Bidder should check with the Engineer the day before Bids are opened to ensure all addenda have been received. The address and telephone number of the Engineer's office where copies of Bid Documents and addenda may be obtained is stated in the Call for Bids. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids Supplement The contract, if awarded, will be awarded to the lowest responsive, responsible bidder, whose bid conforms to the requirements of these Special Provisions, and whose past record of performance on work of similar complexity and magnitude indicates that said bidder is qualified to carry out the obligations of the contract and to complete the work contemplated therein. 1-03.2 Award of Contract Supplement The award of contract, if awarded, will be made within 30 calendar days after the date of opening bids. 1-03.7 Judicial Review Replacement 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 King County, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract Supplement The intention of the documents is to include all labor, tools, materials, equipment, light, power, water, transportation, and other facilities necessary for the proper execution of the Work, except where material or equipment is specifically excepted or noted as being supplied by others. Materials or work described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Modification Delete the second paragraph of this section and replace it with the following: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (with 1 being the first and 10 the last): t1. Change Orders (if any) 2. Addenda (if any) 3. Proposal Form and Schedule of Prices 4. Instructions to Bidders 5. Special Provisions 6. Contract Plans (Appendix B) Sunnydale Downstream Storm Improvement City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-4 , 7. City of Renton Transportation Supplemental Specifications 8. Standard Plans and Details (Appendix A and as referenced) 9. WSDOT/APWA Standard Specifications 10. WSDOT/APWA Standard Plans 1-04.3 Contractor-Discovered Discrepancies New Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which he/she may discover. 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 Renton Standards. 1-04.4 Changes Supplement Contractor's quotations for Change Orders shall be in writing and firm for a period of 30 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the work or alteration plus all payment for the interruption of schedules, extended overhead, delay, or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. Delete the last two paragraphs of this section. Cost Reduction Incentive Proposals will not be considered on this project. 1-04.5(1) Potential Claims Modification The Contractor shall not be entitled to additional compensation which otherwise may be payable for (1) any act or failure to act by the Engineer or the Owner, (2) the happening of any event or occurrence, or (3) any other costs, unless the Contractor has given the Owner a written Notice of Potential claim within 10 days after the Engineer has found a protest to be without merit. The written Notice of Potential Claim to the Owner shall set forth the reasons for which the Contractor believes additional compensation is due, the nature of the cost involved, and insofar as possible, the amount of the potential claim. If the Owner, after hearing both sides, concurs with the Contractor, an equitable adjustment in the amount of cost to be paid for the performance of the Work involved or the time required will be made as the Owner deems proper. If the Owner concurs with the Engineer that the protest is without merit, no adjustment will be made. Sunnydale Downstream Storm Improvement City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 ' Division 1 - General Requirements SP-5 1-04.11 Final Cleanup Supplement Final cleanup shall also include: 1. Clean all storm drain pipes, structures and ditches that may have filled during work. 2. Replace damaged surfacing 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer Modification Change item 10 in the second paragraph to read: 10. Determination as to whether or not a contract time extension is warranted. Add the following paragraph: It is expressly agreed and understood that the Engineer, when so engaged, will have no liability whatsoever resulting from the obligations entered into under the contract; that the Owner must look solely to the Contractor for the furnishing of the work; that the Contractor must look solely to the Owner for the enforcement of any claims or liabilities arising under or by reason of the contract. 1-05.3 Plans and Working Drawings Supplement Shop drawings and/or catalog cuts shall be furnished by the Contractor for all items indicated in various sections of the Contract Documents. A minimum of 3 copies shall be submitted for the Owner's and Engineer's use; additional copies required by the Contractor shall be submitted at the same time. The Contractor's copies will be returned with the appropriate action to take marked. Shop drawings shall be submitted by the Contractor to the Engineer with the submittal forms (sample forms will be provided by the Engineer). Drawings shall show the name of the project, the name of the Contractor and, if any, the names of suppliers, manufacturers, and subcontractors. Shop drawings shall be submitted promptly and in orderly sequence so as to cause no delay in prosecution of the Work. Within a reasonable period of time after receipt of said drawings, the Engineer will return 1 of the copies of the drawings to the Contractor with any comments noted thereon. If so noted by the Engineer, the Contractor shall correct the drawings and resubmit 3 copies of them in the same manner as specified for the original submittals within one week after receipt of the reviewed drawings. Contractor, in the letter of transmittal accompanying resubmitted shop drawings, shall direct specific attention to revisions other than the corrections requested by the Engineer on previous submittals. Review by the Engineer is only of general conformance with the design concept of the project and general compliance with the Plans and Specifications and shall not be construed as relieving the Contractor of the full responsibility for: providing materials, equipment, and work required by the Contract, the proper fitting and construction of the Work; the accuracy and Sunnydale Downstream Storm Improvement City of Renton w.projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-6 ' completeness of the shop drawings; selecting fabrication processes and techniques of construction; and performing the Work in a safe manner. No portion of the Work requesting a shop drawing submittal shall be commenced until the submittal has been reviewed by the Engineer and returned to the Contractor with a notation indicating that resubmittal is not required. One copy of all reviewed shop drawings shall be kept accessible at the construction site. If the Contractor believes that any shop drawing or communication relative thereto calls for changes in the Work for which the Contract amount or time for completion should be changed, Contractor shall not proceed with the changes in the Work so called for and shall promptly notify the Engineer in writing of an estimate of the changes in the Contract amount and time for completion. No payment for changes in the Work will be made and no change in the time for completion by reason of changes in the Work will be made, unless the changes are covered by a written change order approved by the Owner in advance of the Contractor's proceeding with the changed Work. All authorized alterations affecting the requirements and information given on the Plans shall be in writing. No changes shall be made of any plan or drawing after the same has been stamped by the Engineer "Resubmittal Not Required". Add the following to the second paragraph.- All such drawings, specifications and copies thereof prepared or furnished by Engineer are Engineer's property. They are not to be used on other work. 1-05.3(1) Contractor - Requested Alternate Design or Materials New In the event that the Contractor shall request, or submit, an alternate design for some portions of his work, the Engineer will consider such alternate designs with reasonable promptness. Such request for either a design review from alternate plans submitted by the Contractor, or request for a redesign initiated by the Contractor, as set forth above, shall be made in writing to the Engineer. When the Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. For each proposed substitution, the Contractor shall submit samples, descriptive and technical data, and reports of tests to the Engineer for approval. The Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be furnished or installed without the Owner's written approval. Provided that such proposed alternate design or requested redesign appears reasonable and satisfactory to the Engineer, the Engineer will perform an engineering review of the proposed alternate design or, if requested by the Contractor, the Engineer will perform an engineering redesign of the work to assure its compatibility within the framework of the complete operating list or system ready for use between the contract limits. The cost of the engineering review of the proposed alternate, or the cost of an engineering , redesign as requested by the Contractor, if performed by non-Owner staff, but duly authorized representatives of the Engineer, will be billed to the Contractor by the Engineer at the rate of 3 Sunnydale Downstream Storm Improvement City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements 3P-7 ' times the duly authorized representative's direct payroll costs, plus direct expenses directly attributable to the work. The Contractor shall reimburse the Owner for any additional engineering charges and for any charges for changes in the work of other contractors resulting from substitutions. 1-05.5 Contractor Supplied Surveying Replacement The Contractor shall provide construction staking and as-built information on this project, per Sections 1-05.5 and 1-11 of the Renton Standards. The location of the outlet structure and pipe centerline shall be staked for approval by the Engineer prior to clearing or excavating. Payment Payment shall be made for the following bid item(s): Contractor Supplied Surveying Lump Sum Y ' p The lump sum price for "Contractor Supplied Surveying" shall be full compensation for performing all survey work in accordance with Section 1-05.5 of these Special Provisions, and Sections 1-05 and 1-11 of the Renton Standards. Partial payments for this time will be made in conjunction with the monthly pay estimates based upon the Engineer's determination of the completed work. 1-05.14 Cooperation With Other Contractors Supplement Contractor shall coordinate his/her work with other contractors and utility companies which may have facilities or projects in or near the project area and cooperate with them. Other utilities, districts, agencies, and/or contractors who may be working within the project area are as follows: 1. Puget Sound Energy 2. AT&T Cablevision of Washington 3. Qwest Communications 4. City of Renton Water and Sewer 5. Olympic Pipeline Company 6. Seattle City Light Adjustments and Relocations by Others Utilities other than those owned and operated by Owner are in streets or easements pursuant to franchises or other rights claimed under the laws of the USA or the State of Washington, and, therefore, the respective utility agencies are responsible for all adjustments and relocations of their facilities. These agencies will locate their facilities for the Contractor and assist him in their protection. The Contractor shall coordinate his work with that of the affected agencies and shall protect them from damage. r Sunn dale Downstream Storm Improvement Y P City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-8 ' All costs associated with this and any other necessary coordination with franchises or public utilities shall be considered incidental to other bid items of the contract and no additional compensation shall be made. 1-05.14(1) Notifications Relative to Contractor's Activities New Contractor shall notify the following listed agencies and individuals, prior to commencement of the work, and submit to these agencies/individuals: a. 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. b. The time of the commencement and completion of work. c. Names of streets or locations of alleys to be closed. d. Schedule of operations. e. Routes of detours where possible. f. Planned utility shutdown times and locations. g. Construction staging. 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 following addresses and telephone numbers of public and franchise utilities and public services are supplied for the Contractor's convenience. Underground Utilities Location Center Olympic Pipeline Company ("One-Call" Center) 2319 Lind Avenue SW 1-800-424-5555 P.O. Box 1800 ' Renton, WA 98057 Attn: Kathy Reed Telephone: (425) 235-7767 City of Renton City of Renton Police Department Fire Department 1055 South Grady Way 1055 South Grady Way Renton, Washington 98055 Renton, Washington 98055 Attn: Garry Anderson, Chief Attn: Jim Gray Telephone: (425) 430-7503 Telephone: (425) 430-7023 Attn: Sherry Smith, Admin. Sec. Telephone: (425) 430-7507 Sunn ydale Downstream Storm Improvement City of Renton ' w projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-g City of Renton City of Renton Public Works Maintenance Water Maintenance 1055 South Grady Way 1055 South Grady Way Renton, Washington 98055 Renton, Washington 98055 Attn: Jack Crumley, Maint. Svcs. Dir. Attn: Ray Sled, Water Maint. Mngr. Attn: John Thompson, Maint. Mngr. Telephone: (425) 430-7400 Telephone: (425) 430-7400 City of Renton Seattle City Light Wastewater Maintenance 700 Fifth Avenue 1055 South Grady �'Jay Suite 3300 Renton, Washington 98055 Seattle, Washington 98104-5031 Attn: Ron Shaffer, Wastewater Supv. Attn: Arvid Stendal Telephone: (425) 430-7400 Telephone: (206) 979-3824 AT&T Cablevision of Washington Qwest 15241 Pacific Highway South 300 SW Seventh Street Seattle, Washington 98188 Renton, Washington 98055 Attn: Phil Barbieri Attn: Frank Forrest Telephone: (206) 433-3434 Telephone: (206) 345-2968 Puget Sound Energy P.O. Box 90868 Bellevue, Washington 98009-0868 Attn: Mr. Joe Jainga Telephone: (206) 622-6767 Conference as necessary. 1-06 CONTROL OF MATERIAL ' 1-06.1 Approval of Materials Prior to Use Supplement The Contractor shall file 3 copies of a materials and equipment list with the Engineer prior to the preconstruction conference. This list shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Plans and Contract Documents. The Engineer will review the lists with reasonable promptness, marking required corrections. The Contractor shall make any required corrections and file 3 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose nor for deviations from the Contract Documents unless the Contractor has in writing ' called the Engineer's attention to such deviations at the time of submittal, and secured the Engineer's written approval for such deviation. Sunn dale Downstream Storm Improvement Y p ovement City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-10 , 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (APWA only) Supplement Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety , Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. 1-07.1(1) Archaeological Discoveries and Historic Preservation New The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer (SHPO) to , evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical Preservation Officer If the archaeologist, in consultation with State Historic Preservation, determines that the potential find is a significant cultural resource, the Owner shall extend the duration of the Work Suspension Order. 4. Suspension of work at the location of the find shall not be grounds for any claim by the contractor unless the suspension extends beyond the contract working days allowed for the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. r Sunnydale Downstream Storm Improvement City of Renton , w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-11 1-07.2 State Taxes Supplement The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax. The provisions of Section 1-07.2(2) of the Renton Standards shall apply. ' 1-07.6 Permits and Licenses Supplement All required easements and right of entry documents will be available for inspection and review prior to award of contract. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. Contractor shall fully restore all property within the easements or rights of entry. See also Section 1-07.16 of these Special Provisions. ' All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. Where Owner is required to secure such permits, permission under franchises, licenses and bonds and pay the fees, the costs incurred by Owner ' thereby shall be charged against Contractor and offset by Owner against the Contract price. 1-07.9(5) Required Documents Modification Delete the first sentence of the third paragraph, and replace it with the following: ' The City may require that the Contractor submit weekly certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1 1-07.14 Responsibility for Damage Modification In the first sentences of both the first and third paragraphs, change the words "State, Commission, Secretary" to "Owner and Consulting Engineer and their officers and employees". 1-07.15 Temporary Water Pollution/Erosion Control Supplement Contractor shall submit a temporary erosion and pollution control plan, which shall include plans for a stream bypass system for the outfall vicinity and a pipe bypass system for the upstream end of the project, to Engineer for approval per this section of the Renton Standards. The ' approved stream bypass system shall be installed prior to disturbing earth at the outfall. Temporary water pollution control work shall also consist of placing silt fence as needed, per the detail on the Plans and in Section 2-12 of these Special Provisions. Sunnydale Downstream Storm Improvement City of Renton w projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-12 ' These and other temporary water pollution/erosion control measures shall be performed on an as-needed basis, where directed by the Engineer, and shall be paid for by lump sum. Measurement for temporary water pollution/erosion control will be based on the percentage of total project work completed as determined by the Engineer. Payment shall be made for the following bid item(s): Temporary Water Pollution/Erosion Control Lump Sum Costs for dust and mud control are considered incidental to the vario us bid items of the contract, and no separate payment will be made. 1-07.16(1) Protection and Restoration of Property Supplement The contractor shall provide final restoration and cleanup after project is complete, including replacement of gravel in maintenance road which is lost or damaged during construction. All existing survey monuments and property corner markers shall be protected from movement by Contractor. All existing markers and/or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by Contractor. All work must be done by a licensed surveyor and all records recorded with the Contractor. All existing property corner markers disturbed or removed by Contractor's operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced, at the Contractor's own expense, by a Professional Land Surveyor registered in the State of Washington. Resetting of property corners for which there is no Record of Survey or Short Plat filed with the County Auditor may require exhaustive and expensive resurvey. Payment shall be made for the following bid item(s): Final Restoration and Cleanup Lump Sum 1-07.17 Utilities and Similar Facilities Supplement ' Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities ' or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. , All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Sunnydale Downstream Storm Improvement City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 tDivision 1 - General Requirements SP-13 Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall ' assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. At least 2 and not more than 10 business days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. 1-07.17(1) Interruption of Services New Attention is directed to Sections 1-07.16 and 1-07.17 of the Renton Standards. Wherever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 72 hours in advance of the creation of such outage. Contractor shall make every effort to minimize the duration of outages, and shall estimate the length of time service will be inter- rupted and so notify the users. In the case of any utility outage that has exceeded or will exceed 4 hours, user contact shall again be made. Temporary service, if needed, will be arranged for by the Contractor, at no cost to Owners. ' 1-07.18 Public Liability and Property Damage Insurance Supplement The Contractor shall add the Consulting Engineer as an additional insured on all insurance policies enumerated in the Renton Standards. Sunnydale Downstream Storm Improvement City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-14 ' 1-08 PROSECUTION AND PROGRESS 1-08.1(1) Preconstruction Conference Supplement , After award of the contract, Owner will issue 6 sets of reduced plans, 6 sets of full-size plans, and 6 sets of Contract Provisions to Contractor without charge. Further sets may be purchased from Owner for the cost of reproduction. ' A preconstruction conference will be held at a time and place fixed by Owner as stated in the notice of award. In addition to Contractor, the intended project superintendents, subcontractor foremen, and major suppliers—those who will actually be involved in construction activities—should attend , the preconstruction conference. Contractor must be prepared for a thorough discussion and review, as well as revision which may be deemed necessary in the opinion of Engineer, of the following: , 4 Contractor's plan of operation and progress schedule (3+ copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) -� List of materials fabricated or manufactured off the project 4 Material sources on the project , 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid items -> Shop Drawings (bring preliminary list) 4 Traffic control plans (3+ copies) , 4 Temporary Water Pollution/Erosion Control Plan Bonds and insurance Project meetings — schedule and responsibilities ' Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocation, if by Owner Compliance with Contract Documents Acceptance and approval of work Labor compliance, payrolls, certifications Safety regulations for Contractors and Owner's employees Suspension of work, time extensions Change order procedures Progress estimates - procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents , Any other problems or questions concerning the work Processing and administration of public complaints Sunnydale Downstream Storm Improvement City of Renton , w.projects100050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-15 Easements and rights of entry Other contracts ' 4 These materials MUST be brought to the preconstruction conference for discussion followed by Engineer Review. ' The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.1(3) Hours of Work Supplement Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 5:00 p.m. unless otherwise approved in advance by the Owner. Truck hauling shall be limited to the hours of 8:30 a.m. to 3:30 p.m. on arterial streets. The Contractor shall give a minimum 48 hours notice to the Owner prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Traffic Engineer. Work on weekends will not be allowed, except as approved in writing by the Engineer. 1-08.2 Assignment Modification ' Change the second paragraph to read: Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. ' 1-08.3 Progress Schedule Supplement Promptly after award of the contract, the Contractor shall submit to the Engineer for approval a construction schedule consisting of a chart which sets out operations, methods, equipment, and labor forces that the Contractor shall show early and late start dates and early and late finish dates for the items of work required under the contract. Payment to the Contractor on any estimate may be withheld until such schedule has been submitted and approved. The construction schedule shall be based upon working days. The schedule shall be submitted to the Engineer two (2) working days prior to scheduling the Preconstruction Conference and will be the primary topic for discussion at the Preconstruction Conference. Adequate equipment and forces based on the construction schedule shall be made available by the Contractor to start work immediately upon order of the Engineer and to carry out the schedule to completion of the contract by the date specified. Should it become evident at any time during construction that operations will or may fall behind the schedule, the Contractor shall, upon request, promptly submit a revised schedule in the same form as specified herein, setting out operations, methods, and equipment, added labor Sunnydale Downstream Storm Improvement 1 City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 1 - General Requirements SP-16 ' forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the Contract , Provisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the Contract Provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. Acceptance by the Engineer of the progress schedule shall not in any event excuse the ' Contractor of the obligation to complete the work within the time specified in the contract or of complying with all terms, conditions, and provisions of the Contract Documents. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site from time to time, and will relieve the Owner of any responsibility for delays to Contractor in the performance of the work. 1-09 MEASUREMENT AND PAYMENT ' 1-09.7 Mobilization Supplement Mobilization shall include, but not be limited to, the following items: the movement of the r Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office and other facilities necessary for work on the project; providing , sanitary facilities for the Contractor's and Owner's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. Payment shall be made for the following bid item(s): , Mobilization Lump Sum 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management Supplement Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. All unattended excavations shall be properly barricaded at all times. Traffic control devices shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. The Contractor shall prepare traffic control plans to be submitted to the Engineer for approval before beginning work. Sunnydale Downstream Storm Improvement City of Renton w.projects\00050\spec\SPECPROV(07/20/00)imp July 2000 Division 1 - General Requirements SP-17 Unless otherwise stated in other sections of these Special Provisions, the Contractor, at his own expense, shall provide such flaggers, barricades, lights, signs, and other devices and shall ' erect and maintain all barricades, fences, lights, guards, standard construction signs, warning signs, and detour signs as necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, ' parking lots, sidewalks, or paths affected by such operations. All construction signs shall be reflectorized. 1-10.5 Payment Supplement Payment shall be made for the following bid item(s): t =rafficontrol Lump Sum Measurement for traffic control for work as shown on the Plan will be based on the percentage of total project work completed as determined by the Engineer. Payment for traffic control work 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 labor, materials, and equipment required to prepare and conform to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, flashers, signs, traffic control devices, cleanup, etc., required to complete this item of work in conformance with the Contract Documents. END OF DIVISION 1 Sunnydale Downstream Storm Improvement City of Renton ' w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 ' DIVISION 2 EARTHWORK ' 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Supplement Clearing and grubbing shall be performed in accordance with Section 2-01 of the Renton Standards and not more than 7.5 feet on either side of the new pipe alignments and associated structures to allow for field alignment of pipeline, except as modified by these Special Provisions. Field alignment and clearing for pipeline shall be performed with minimal disturbance of adjacent vegetation. To the extent possible, trees shall not be disturbed during placement of pipe. 2-01.3 Construction Requirements Supplement In areas with restricted vehicular access, work will be accomplished by hand labor only as shown on the Plans. ' The Contractor shall prepare the alignment for the new pipe so that it is free of logs, fallen PP g , trees, rocks greater than 6 inches in diameter, or other obstacles that might puncture or deform ' the pipe unless otherwise approved by the Engineer. The Contractor shall remove only plants necessary within the area to be cleared in order to ' accomplish this work, and which are not designated for preservation. Prior to clearing operations, it shall be the Contractor's responsibility to flag all trees over 15 feet high, or 4-inch caliper or greater (measured 6 inches above ground line), which are to be removed. The Contractor shall notify the Engineer after flagging is completed and arrange a meeting prior to the removal of any existing trees on the project. At this meeting, the Contractor and Engineer shall inspect those trees designated for removal and make any necessary changes. Following the inspection, the Contractor will be notified in writing to proceed with clearing and grubbing. Construction Fencing The Contractor shall provide high-visibility orange construction fencing where shown before commencement of clearing and grubbing. The fencing shall be a minimum of 30 inches tall, and shall be maintained in good condition until construction is complete, and then removed from the job site. The Contractor shall not cross the fence boundary during construction. Protection of Existing Vegetation The Contractor shall not disturb or damage existing plant material designated for preservation during construction of the new pipe and shall contact the Engineer if there is any conflict between the Plans and field conditions. The Contractor shall be responsible for the protection of tops, trunks, and roots of existing trees on the project site, except for those designated to be removed, or those under 3 inches in diameter. The Contractor shall notify the Engineer if there is a conflict between the alignment and any existing trees. Existing trees subject to construction damage shall be boxed, fenced, or protected by wrapping with burlap and construction fencing before any work is started; Sunn dale Downstream y ea Storm Improvement City of Renton ' w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 2- Earthwork SP-19 ' remove protection when directed. Use of equipment or placement of stockpiles within the branch spread of trees will be permitted in designated staging areas. With the Engineer's approval, the Contractor may remove interfering branches; this must be done without injury to ' trunks, and cuts are to be covered with tree paint. If the Contractor removes or damages any existing plant or plants not designated for removal, , such plant(s) shall be replaced by the Contractor to a condition equal to that existing before such damage. All replacements shall be inspected and approved prior to planting. Planting procedures will be subject to approval. All replacements shall be guaranteed to survive in a healthy condition. All costs of protecting plants from damage and replacement when necessary shall be incidental to the various bid items of the contract. No separate payment will be made. ' 2-01.5 Payment Supplement ' Payment will be made for the following bid item(s): Clearing and Grubbing Lump Sum , The lump sum price for "Clearing and Grubbing" shall also include providing the high-visibility ' fence, and preparation of the alignment and ground surface to provide the HDPE pipe as described elsewhere in these Special Provisions. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures Supplement This work shall include removal and disposal of the two existing catch basins, the existing I- ' beam support structure and the existing corrugated metal pipe (CMP) shown on the Plans. The Contractor shall not use construction vehicles or other earth disturbing equipment to remove the existing CMP, pipe support and catch basin #3 along the forested steep slope below the gas , pipeline right-of-way. Hand tools shall be used to dismantle the existing CMP, pipe support and catch basin #3 adjacent to the stream, which shall then be removed by hand, overhead cables, or other methods that do not disturb the soil or existing vegetation outside of the specified ' clearing limits. The Contractor shall take measures necessary to minimize sparks and other sources of combustion to prevent fires resulting from his operations. 2-02.5 Payment Supplement Payment will be made for the following bid item(s): Remove Existing Catch Basin #3 Lump Sum Remove Existing Catch Basin #2, I-beam/Pipe Support and Lump Sum , CMP Sunnydale Downstream Storm Improvement City of Renton , w.projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 2- Earthwork SP-20 ' 2-09 STRUCTURE EXCAVATION ' 2-09.1 Description Supplement This work consists of excavating and backfilling for the buried pipe and the outlet structure, providing CDF at the gas pipeline crossing and reconstructing the rock slope buttress. ' 2-09.5 Payment Supplement ' Payment will be made for the following bid item(s): Structure Excavation Class B Including Haul Per Cubic Yard Shoring or Extra Excavation Class B Per Square Foot Control Density Fill Per Cubic Yard r ' END OF DIVISION 2 Sunnydale Downstream Storm Improvement ' City of Renton w.projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 r DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, ' SANITARY SEWERS, WATER MAINS, AND CONDUITS ' 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.1 Description Supplement ' This work shall consist of modifying the existing catch basin at the east end of the project in accordance with Section 7-05.3 of the Renton Standards. The work shall include excavation, backfill with gravel borrow, core cutting an opening for the new pipe, the Deflector Plate and Air Vent Assembly and HDPE CB Connection shown on the Plans. 7-05.2 Materials Supplement rMaterials include, but are not limited to: 1/2-inch thick HDPE Plate, as recommended by pipe manufacturer. ' 1-inch diameter HDPE service tap and pipe, as recommended by pipe manufacturer. Galvanized A36 steel support straps, and stainless steel expansion bolts, as required. ' Deflector plate and air vent shall be constructed as shown on the details on the Plans and as recommended by the pipe manufacturer. The HDPE plate shall be fused to form a watertight seal to the HDPE storm drain pipe assembly. All fittings shall be of the same type of polyethylene material as the pipe. The ends of the fabricated fittings shall be trimmed to match the pipe section to which they are going to be ' joined. All polyethylene fittings shall have the same or higher pressure rating as the pipe when provided in accordance with the latest technical specifications. ' 7-05.5 Payment Supplement Payment will be made for each of the following bid item(s): rModify Existing Catch Basin Lump Sum The unit price per each for "Modify Existing Catch Basin" shall include cleaning the existing structure, core cutting for new pipe, providing deflector plate and air vent assembly, and special HDPE pipe connection. ' "Shoring or Extra Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton Standards. "Structure Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton Standards. r r Sunnydale Downstream Storm Improvement City of Renton ' w.projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 7- Drainage Structures, Storm Sewers, ... SP-22 7-13 SPECIAL HIGH DENSITY POLYETHYLENE PIPE (HDPE) New 7-13.1 Description , This work shall consist of providing special HDPE pipe as shown on the Plans and described in these Special Provisions and as directed by the Engineer, in accordance with Section 7-04 of the Renton Standards and the manufacturer's requirements. Alternates are not acceptable. , Note: The various subsections of Section 7-04.3(4) of the Renton Standards pertaining to pipe testing are not applicable to this contract. , 7-13.2 Material High-Density Polyethylene Pipe High-density polyethylene pipe shall be made from polyethylene resin compound that meets the requirements for SDR 26, Type III, Category 5, Class C, Grade P34 as defined in ASTM D 1248. The pipe produced from this resin shall have a classification of 345434C, 355434C, or better in ' accordance with ASTM D 3350 and a Plastic Pipe Institute (PP) rating of PEE 3408. The material shall be of virgin quality and contain a minimum of 2 percent well-dispersed , carbon black. The workmanship shall be of the highest level compatible with current commercial practice. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification and from the same raw ' material supplier. The pipe shall have a manufacturer's recommended hydrostatic design stress rating of 800 psi ' based on a material with a 1,600 psi design basis determined in accordance with ASTM D 2837-69. The pipe shall conform to the dimensions, wall thickness, testing, marking and all other provisions of ASTM F 714. Pipe shall be marked at 20-foot intervals with a coded number which identifies the , manufacturer, SDR, size, PP rating, manufacturing standard reference and production code from which date and place of manufacture can be determined. The pipe shall be homogeneous ' throughout and free of visible cracks, holes, foreign inclusions or other injurious defects. It shall be uniform in color, opacity, density and other physical properties. Controlled Density Fill Controlled density fill shall be per Section 2-09.3(1)E of the Standard Specifications. 7-13.3 Construction Requirements All HDPE pipe shall be cut, fabricated and installed in strict conformance with pipe manufacturer's recommendations. Joining, laying, and pulling of HDPE pipe shall be accomplished by personnel experienced in working with HDPE pipe. Sunnydale Downstream Storm Improvement City of Renton ' w projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 7- Drainage Structures, Storm Sewers, ... SP-23 ' Handling and Storage The equipment required for the installation of the HDPE pipe is dependent on the method of ' construction selected by the Contractor. The handling of the joined pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. Ropes, fabric, or rubber-protected slings and strapF shall be used when handling pipes. Slings for ' handling the pipe shall not be positioned at butt-fusioned joints. Pipe or fittings shall not be dropped onto rocky or unprepared ground. Sections of pipe with cuts and gouges exceeding 10 percent of the wall thickness or kinked sections shall be removed and the ends of the pipe ' rejoined. Pipe shall be stored on level ground, with a turf or sand surface, free of sharp objects which could damage the pipe. Stacking of the polyethylene pipe shall be limited to a height that will ' not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions as recommended by the pipe manufacturer. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such widths as to not allow deformation of the pipe at the point of contact with the sleeper or between supports. Care shall be exercised during fabrication to prevent the accumulation of pipe cuttings and ' filings, gravel, cleaning rags, etc., within piping sections. All piping shall be examined to assure removal of these and other foreign objects prior to assembly. ' Joining and Laying Pipe Polyethylene pipe shall be joined by the method of thermal butt-fusion as outlined in ASTM D 2657 "Heat Joining Polyethylene Pipe and Fittings." All butt-fusion joining of pipe and fittings shall be performed in accordance with proven procedures and techniques recommended by the manufacturer. Thermal butt-fusion of the pipe shall be performed by an experienced technician, certified in the jointing of high-density polyethylene pipe in accordance with Title 49 CFR ' 192.385. Written certification of the individual welders shall be submitted to the Engineer prior to the performance of any welding. A manufacturer's representative shall be present during the fusion process. Polyethylene pipe may be bent as appropriate to allow for installation in conformance with the details and profiles in the Plans. The minimum radius of deflection for the 20-inch diameter SDR 26 pipe is 30 feet per the manufacturer's recommendations. The Contractor shall conduct minor hand digging or leveling as necessary to transition between different slopes and terrain to maintain support along the invert of the pipe. Installation and Backfill of Buried Piping Excavation for the construction of the polyethylene pipe shall be performed in accordance with ' the requirements of Section 2-09 of the Renton Standards as detailed below. Care shall be exercised when lowering pipe into the trench to prevent damage or twisting of the pipe. Pipe must be at the temperature of the surrounding soil at the time of backfilling. Backfill for HDPE pipe shall be in accordance with Section 7-08.3(3) of the WSDOT Standards. ' Material placed within the pipe compaction zone shall be native material consisting of nonclay material and not contain stones larger than 1-inch in the greatest dimension, frozen lumps, roots or moisture in excess of that permitting thorough compaction. If native material is ' Sunn dale Downstream Storm Improvement Y p t ' City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 7- Drainage Structures, Storm Sewers, ... SP-24 ' unsuitable, the outiiet structure shall be backfilled with crushed surfacing base course per Section 9-03.9 of the WSDOT Standards. The backfill material shall be compacted to at least 95 percent of the standard Proctor , maximum dry density in accordance with the ASTM D-698 testing procedure. Control density fill (CDF) shall be placed by any reasonable means into the area to be filled. , CDF shall be brought up uniformly to the elevation shown on the Plans. Trench section to be filled with CDF shall be contained at either end of trench section by bulkhead, sand bag fill, or ' stiffer CDF For pipe bedding, CDF shall be placed in lifts to prevent floating the pipe. Each lift should be allowed to harden before continued placement. ' CDF patching, mixing and placing may be started if weather conditions are favorable, when the temperature is at 34 degrees F and rising. At the time of placement, CDF must have a ' temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38 degrees F or less and falling. Each filling stage shall be as continuous an operation as is practicable. CDF shall not be placed on frozen ground. , For flowable CDF, compaction is not necessary for placement. Contractor shall provide steel plates to span utility trenches and prevent traffic contact with CDF , for at least 24 hours after placement or until CDF is compacted or hardened to prevent rutting by construction equipment or traffic. ' Installation of Exposed Piping Prior to installing overland pipe, the ground surface shall be prepared in conformance with ' Section 2-01 of the Renton Standards and these Special Provisions. The Contractor shall be responsible for providing temporary equipment, such as guide posts and thrust blocks, required to place and hold pipe on the alignment during installation. ' The ground along the pipe alignment where the pipe will be pulled into place shall be cleared of all debris that may damage the pipe, including but not limited to, sticks, roots and rocks greater than 1/2-foot in diameter and those with sharp or projecting edges. Installation of the pipe shall be without springing or forcing the pipe in a manner which would set up stresses in the pipe. All pipe flanges shall be set level, plumb and aligned. All flanged fittings shall be true and perpendicular to the axis of the pipe. The Contractor shall conduct minor hand digging or leveling as necessary to transition between different slopes and terrain to , maintain support along the invert of the pipe. In areas where the existing ground surface does not allow continuous support along the invert of the pipe, the Contractor shall provide supports for the pipe at spacing no greater than 11 feet. When ambient temperature during pipe installation is lower than 55 degrees Fahrenheit, the pipe shall be supported continuously along its entire length. ' Sunnydale Downstream Storm Improvement City of Renton ' w-..projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 7- Drainage Structures, Storm Sewers, _ SP-25 Pipe Supports The Contractor shall install pipe supports at any location where the pipe hangs above the ground for a length greater than 11 feet. Supports shall be spaced a maximum of 11 feet on center. The pipe supports shall be made of durable material. Contractor shall submit shop drawings of proposed supports to Engineer for approval. Criteria for approval include whether t the supports meet structural requirements per the manufacturer's recommendations, and geotechnical recommendations in the Field Engineering and Geotechnical Engineering Study (Zipper-Zeman July 2000). ' Lateral Pipe Anchors The Contractor shall provide pipe pile anchors in accordance with the details. Pipe piles shall be galvanized in conformance with ASTM A153. 7-13.4 Measurement The length of HDPE pipe will be the number of linear feet of completed installation measured along the invert through fittings and bends as shown on the Plans. Pipe anchors will be measured per each complete assemblage installed. No unit of measurement shall apply to the lump sum price for pipe support. 7-13.5 Payment ' Payment will be made in accordance with Section 1-04.1, for each of the following bid item(s) that are included in the proposal: ' High Density Polyethylene Storm Sewer Pipe 20-in. Diam., Per Linear Foot SDR 26 ' Pipe Anchor Per Each Pipe Support Lump Sum Structural Excavation Cl. B Per Cubic Yard Shoring or Extra Excavation Cl. B Per Square Foot The unit contract price per linear foot for "High Density Polyethylene Storm Sewer Pipe 20-In. Diam., SDR 26" shall be full pay for furnishing all labor, materials, tools, and equipment to install the pipe, including furnishing, placing, and fusing pipe, bedding the pipe, flanges, guide ' posts, thrust blocks and other temporary equipment, R- 1%4J,E The unit contract price per each for "Pipe Anchor," shall be full pay for furnishing all labor, ' materials, tools, and equipment necessary to provide the pipe anchors. The lump sum contract price for "Pipe Support," shall be full pay for furnishing all labor, ' materials, tools, and equipment necessary to provide pipe support. Sunnydale Downstream Storm Improvement City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 7- Drainage Structures, Storm Sewers, ... SP-26 ' "Shoring or Extra Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton Standards. "Structural Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton , Standards. 7-16 'OUTLET STRUCTURE New 7-16.1 Description This work shall consist of the construction of an outlet structure at the west end of the project. The Contractor shall provide the outlet structure constructed from a 72-inch Type 2 catch basin in accordance with the detail on the Plans, Section 7-05 of the Renton Standards, and these Special Provisions. The work shall include modification of the catch basin to include the weir and trash rack shown on the Plans, construction of the HDPE CB Connection, backfill, and ' providing the rock blanket, as shown on the Plans. 7-16.2 Construction Requirements , Unsuitable material shall be excavated and removed to a depth of 3 feet below the bottom of the Outlet Structure. Quarry spalls shall be used as foundation backfill material for the 3 feet below and 2 feet beyond the side walls of the energy dissipator. The quarry spalls shall be , firmly seated into the underlying material using the bucket of the excavator. The structure shall be backfilled and compacted with native material consisting of nonclay , material and not contain stones larger than 1-inch in the greatest dimension, frozen lumps, roots or moisture in excess of that permitting thorough compaction. If native material is unsuitable, the outlet structure shall be backfilled with gravel borrow per section 9-03.14 of the ' Renton Standards. Trash Rack ' The Contractor shall provide Trash Racks, where shown on the Plans. Steel bars and plates shall be constructed of new material conforming to the requirements of ASTM A36. All bolts and nuts for all fittings and pipe supports shall conform to ASTM A307. Hot-dip galvanize all steel work or products including bolts, fasteners and hardware in conformance with ASTM A153. Fabrication and installation of all steel products shall be in accordance with Section 6-03 of the ' Renton Standards. Rock Blanket The Contractor shall construct a rock blanket where shown on the Plans. The blanket shall consist of light loose riprap in accordance with Section 9-13.1 of the Standard Specifications, ' and shall be constructed in accordance with Section 8-15.3 of the Standard Specifications. The rock blanket shall be underlain with a geotextile filter fabric liner meeting the requirements of Section 2-12 of the Standard Specifications. , Sunnydale Downstream Storm Improvement City of Renton ' w.projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 1 Division 7- Drainage Structures, Storm Sewers, ... SP-27 1 7-16.3 Measurement and Payment Payment will be made in accordance with Section 1-04.1, for the following bid item(s) when 1 included in the proposal: Outlet Structure Lump Sum 1 The unit contract price per each for "Outlet Structure" shall include all labor, materials, tools, and equipment to provide the structure as specified, including the precast catch basin, gravel backfill for foundation, overflow weir and trash rack, quarry spalls, rock blanket, geotextile filter fabric liner, and special HDPE pipe connection. i,o '� "Shoring or Extra Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton Standards. 1 "Structure Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton Standards. 1 END OF DIVISION 7 1 1 1 i 1 1 i 1 Sunnydale Downstream Storm Improvement 1 City of Renton w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 ERO SION ON CONTROL 8-01.1 Description Supplement Erosion control seed, fertilizer, and mulch shall be applied to all soils disturbed during the ' project. 8-01.2 Materials Supplement iErosion control seed shall consist of the following mix: Tall Fescue 60-70% Seaside/Colonial Bentgrass 10-15% Meadow Foxtail 10-15% Alsike Clover 6-10% Marshfield Big Trefoil 1-5% Redtop 1-6% Total 100% ' 8-01.3 Construction Requirements Supplement Seed, fertilizer, and mulch shall be applied by hand immediately upon completion of grading and backfilling. Seed shall be applied at the rate of 2 pounds per 1,000 square feet. Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of ' 10 pounds per 1,000 square feet. Straw mulch shall be applied to a depth no less than 3 inches. 8-01.4 Measurement Supplement ' No measurement will be made for erosion control seeding. 8-01.5 Payment Supplement ' Payment will be made for the following bid item(s): ' Seeding, Fertilizing, and Mulching Lump Sum Sunnydale Downstream Storm Improvement City of Renton ' w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 Division 8- Miscellaneous Construction SP-29 ' 8-24 ROCK WALL 8-24.1 Description Supplement This work consists of removing the existing rock and reconstructing the rock buttress where needed to construct the new pipe. 8-24.2 Materials Supplement Existing rocks shall be re-used when of the size specified in the detail drawing. 8-24.3 Construction Requirements Supplement The new pipe alignment may be adjusted by the Engineer to minimize the impacts to the i existing rock facing. The Engineer will determine the extent of rockery to be removed and reconstructed. The existing rock facing shall be dismantled one rock at a time, not mass ' excavated, as needed to remove the existing pipe. After the new pipe is installed, the rock buttress shall be rebuilt using the existing rocks in accordance with the detail in the Plans, at the location designated by the Engineer. ' If the existing rocks are of insufficient size or quantity to complete the work, the Engineer shall be notified immediately. The Engineer will provide written approval for the Contractor to furnish and install Rock for Rock Wall, meeting the requirements of WSDOT Std. Specs 9-13.7(1) to ' complete the work as shown. The Contractor shall provide the required materials without causing delays in the schedule. 8-24.4 Measurement Supplement Dismantling the existing rockery, preparing the foundation, and reconstructing the rock facing ' will be measured by the square foot at the face of the completed rock buttress as rock buttress reconstruction. Measurement for "Rock for Rock Wall" shall be limited to the quantity approved in writing by the ' Engineer. 8-24.5 Payment Supplement ' Payment will be made for the following bid item(s): ' Rock Buttress Reconstruction Per Square Foot Backfill for Rock Wall Per Ton , Rock for Rock Wall Per Ton "Shoring or Extra Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton ' Standards. "Structural Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton , Standards. Sunnydale Downstream Storm Improvement City of Renton ' w:projects\00050\spec\SPECPROV(07/20/00)Imp July 2000 ' Division 8- Miscellaneous Construction SP-30 The unit contract price for "Rock Buttress Reconstruction" shall be full payment for haul, dismantling the existing rockery, stockpiling materials, preparing the foundation, and installing the rock. ' END OF DIVISION 8 Sunnydale Downstream Storm Improvement City of Renton w:projects\000501spec\SPECPROV(07/20/00)Imp July 2000 i ' GEOTECHNICAL REPORT Zipper Zeman Associates, Inc. Geotechnical and Environmental Consulting J-686 20 July 2000 Entranco 10900 N.E. 8th Street, Suite 300 Bellevue, Washington 98004 Attention: Mr. Bruce Jensen Subject: Field Exploration and Geotechnical Engineering Study Proposed Sunnydale Downstream SIP Renton, Washington Entranco Project No. 1-10-00050-20 Dear Mr. Jensen: Zipper Zeman Associates, Inc. (ZZA) is pleased to PY resent herein a co of the above- referenced referenced report. This report presents the results of our surface mapping, subsurface exploration, and geotechnical engineering study relative to pipeline siting and construction aspects of the proposed project. Our services have been provided in accordance with the terms of our Subconsultant Agreement dated 13 March 2000. The purpose of the stud was to establish purp y b ish general surface and subsurface conditions at the site from which conclusions and recommendations regarding storm water pipeline and structure jdesign and construction considerations could be formulated. The scope of our services consisted of field explorations, laboratory testing, geotechnical engineering analysis, and preparation of this report. Our scope of services did not include sampling or testing of soil or water for regulated environmental contaminants. Should the nature of the proposed site improvements change from those described herein, we recommend that our firm be provided the opportunity to review the plans in order to verify that the conclusions and recommendations presented in this report are appropriate for the design. This report is an instrument of service and has been prepared in accordance with generally accepted geotechnical engineering practices for the exclusive use of Entranco, the City of Renton, and their agents, for specific application to this project and site location. SITE AND PROJECT DESCRIPTION ' The project site spans the area extending from the Sunnydale residential development located on the north hillside overlooking the Cedar River valley, toward the residential neighborhood located along S.E. 5th Street near the toe of the hillside. The site encompasses an existing drainage easement and adjacent areas, as shown on the Vicinity Map, Figure 1. The proposed project entails replacing existing storm water drainage system components between the detention pond located at the top of the hillside and the end of an above ground tightline terminating in a creek at the bottom of the hillside. Currently proposed project elements include: 19321 36 h Avenue West,Suite B201 Lynnwood,Washington 98036 (425),771-3304 ' Proposed Sunnydale Downstream SIP _ J 686 Renton, Washington 20 July 2000 Page 2 • Replacement of approximately 160 feet of 18-inch buried corrugated metal pipe CMP g P P ( ) with a buried HDPE pipe; 0 Replacing an existingabove round 18-inch CMP with g an 18-inch inside-diameter HDPE pipe installed at along a different alignment. The proposed tightline alignment is approximately 700 feet long; • Installing a stilling well energy dissipator adjacent to the creek a short distance downstream of the existing CMP terminus. SITE CONDITIONS The site conditions for the preliminary study were evaluated in March and April 2000. The surface and subsurface conditions are described below, while the exploration procedures and interpretive logs of the explorations are presented in Appendix A. Laboratory testing procedures and results are presented in Appendix B. The proposed site development and approximate exploration locations are shown on the Site and Exploration Plan, Figure 2. Surface Conditions The project site can be characterized as containing a developed upland including and adjacent to the Sunnydale development, and an undeveloped ravine and lowland. For descriptive purposes we have broken the site into these two areas, as presented below. Developed Upland The upper portion of the site comprised a relatively level area located south of, and behind, the residences along Madrona Drive, the southernmost street in the Sunnydale neighborhood. A gravel surface road extended south from Madrona Drive, accessing a storm water detention pond located east of the road. A control manhole was located west of the pond and road, adjacent to a moderately steep slope that extended downward in a westerly direction to a utility easement. The upland area adjacent to the pond was at approximately elevation 310 to 312 feet. Lawn bordered the pond and access road, while a thick growth of blackberry bushes mantled the slope to the west. The detention pond contained water at the time of our site visits, and some standing water was present on the access road. The overgrown slope extending below the pond access road dropped approximately 12 to r15 feet at an inclination of approximately 30 to 35 percent. A portion of the slope approximately 25 to 50 feet southwest of the upper manhole, was oversteepened and mantled with large rock. As will be discussed subsequently, the rock was placed as part of efforts to repair an erosional scar on the steep slope. 1' Zinger Zeman Associates,Inc. ' 19231 36t'Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771-3304 ' Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 Page 3 A cleared easement containing overhead electrical transmission lines and two underground petroleum pipelines bordered the slope below the pond and access road. The cleared portion of the easement was about 40 feet wide, and sloped downward to the west approximately 6 feet over its width west of the pond. A catch basin was located on the west side of the easement. The catch basin lid was at an elevation of approximately 284 feet, according to survey information provided to us by Entranco. A buried 18-inch diameter CMP extended between the upper manhole and the lower catch basin. The burial depth ranged from about 12 feet at the upper manhole to about 3 feet at the western catch basin. For descriptive purposes, we considered the catch basin the western extent of the developed upland portion of the site. Undeveloped Ravine A large ravine extended in a southwesterly direction from the petroleum pipeline easement. The ravine terminated on the north side of the Cedar River valley, approximately 600 feet west of the easement. Ground surface elevations from the western catch basin and the end of the ravine ranged from approximately 284 to 90 feet. The south side of the ravine had inclinations ranging from about 23 to 67 percent, with the slope inclination generally increasing in proximity to the slope toe. The inclination of the north side of the ravine was slightly steeper overall. The ravine sideslopes were well vegetated with brush and both deciduous and evergreen trees. A shallow stream flowed in the ravine bottom. Erosion of the ravine was evidenced by the incised nature of the channel with steep sideslopes. An 18-inch CMP extended from the west side of the catch basin on the west side of the petroleum pipeline easement above the ravine. The CMP extended essentially down the fall line of the ravine sideslope for a distance of about 215 feet. The CMP entered a manhole at the toe of the steep slope. The remainder of the CMP was located on a narrow shelf excavated near the toe of the ravine's north sideslope, a few feet above the stream below. The lowermost portion of the CMP extending toward the manhole in the creek was supported by timber and steel cribbing. The manhole was undermined, and supported in part by a piece of wood blocking jammed between the manhole bottom and the streambed below. The CMP was locally deformed from having been impacted by falling trees. The CMP terminated approximately 360 feet downstream of the manhole. Water from the CMP discharged approximately 4.3 feet above the streambed. Surface Conditions—Proposed Tightline Ali nment The project includes abandoning the existing above ground CMP and replacing it with an above ground HDPE tightline following a different alignment. The proposed alignment extends across and down the south side of the ravine, approximately as shown on Figure 2. Surface conditions along the proposed tightline alignment are described below. For discussion purposes, we designated the existing catch basin at the west side of the petroleum pipeline easement as Station 0, and walked the alignment to the west, finishing at approximately Station 7+12, the downstream end of the HDPE tightline and proposed stilling well energy dissipator location. Zipper Zeman Associates,Inc. 19231 36"'Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 ' Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 Page 4 Station 0+00 to Station 0+70 The alignment along this interval extended from the west side of the existing catch basin down a steep slope with an inclination of approximately 35 degrees from horizontal. The slope was mantled with both brush and trees, and lacked surficial evidence of landslide activity or significant erosion. Station 0+70 to Station 1+30 The slope inclination along this interval was approximately 30 degrees from horizontal, and like the steeper section above, lacked evidence of slope instability or surface water erosion. Station 1+30 to Station 3+10 This portion of the alignment followed a relatively gently sloping path cutting across the upper reaches of the south ravine sideslope. The cross slope inclination was as steep as approximately 25 percent. The hillside was mantled with a well-developed growth of deciduous and evergreen trees, as well as brush. Station 3+10 to Station 3+42 The cross slope inclination along this interval of the alignment increased to approximately 35 percent, based upon hand held clinometer measurements. Station 3+42 to Station 3+86 The alignment crossed the remnant of a shallow landslide/erosion scar along this section. The middle of the feature was 2 to 3 feet deeper than the adjacent grades on either side, and was well vegetated. Station 3+86 to Station 4+10 ' This portion of the alignment comprised an undisturbed, open section of slope lacking evidence of past earth movement or significant erosion. Station 4+10 to Station 4+50 This 40-foot long interval of the alignment spans a slight depression most likely produced by soil and root displacement resultant from a large tree having fallen over. The center of the feature was 3 to 4 feet below the adjacent grade at either side. _Zipper Zeman Associates, Inc. 19231 36°Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 Page 5 Station 4+50 to Station 5+50 The 100-foot long section extended downslope toward the toe of the south side of the ravine, extending through a brush-covered area. The presence of several trees with curving and leaning trunks suggest that the vegetation is subject to solifluction, or slow downslope creep of near surface soils, as well as phototropism. Station 4+50 to Station 7+12 This interval of the alignment followed the south side of the stre am channel flowing out of the steep sided ravine. The south side of the stream contained a sparse vegetation growth and abundant riprap immediately adjacent to the stream. The stream channel was about 3 to 4 feet along this interval. The channel bank at the proposed energy dissipator location was characterized by brush, bare ground, and some saplings. Subsurface Conditions Subsurface conditions were explored by advancing borings adjacent to the existing buried CMP near the detention pond and along the east side of the petroleum pipeline easement (B-1, B-2), by excavating two test pits (TP-1, TP-2) at the downstream end of the proposed tightline alignment where the energy dissipator will be installed, and by advancing four hand explorations (HA-1 through HA-4) on the south side of the ravine along the proposed tightline alignment. Soil descriptions presented in this report are based on the subsurface conditions encountered at specific exploration locations across the site. Variations in subsurface conditions may exist between the exploration locations and the nature and extent of variations between the explorations may not become evident until construction. If variations then appear, it may be necessary to reevaluate the recommendations of this report. 1 The publication Preliminary Geologic Map of Seattle and Vicinity, Washington (U.S.G.S. Map I-354, 1962) describes the upland portion of the site as underlain by recessional outwash sand and gravel above Vashon glacial till. The recessional outwash is a normally consolidated granular soil deposit, generally characterized by a moderate to high permeability and susceptibility to erosion by flowing water. The glacial till is a glacially consolidated, heterogeneous soil with a wide ranging grain size distribution. The till is underlain by "older clay", a combination of clay, sand, and gravel, and advance outwash deposits. The advance outwash can contain sand, silt, clay, and some gravel horizons. The material is glacially consolidated. The referenced map describes the soils at the bottom of the ravine and in close proximity to the steep slopes on the north side of the Cedar River valley as older landslide deposits. Subsurface conditions as disclosed by the explorations completed for this study confirmed the presence of the soils described in the publication, and also disclosed fill material, as described below. Zipper Zeman Associates Inc. 19231 36°i Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 ' Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 ' Page 6 Developed Upland Area Boring B-2, advanced along the existing buried CMP southwest of the upper manhole, disclosed approximately 16.5 feet of loose to medium dense, moist, brown, gravelly, silty sand and sandy gravel fill material. The fill was underlain by very stiff, moist, blue-gray silt to the boring's termination depth of 21.5 feet below grade. Boring B-2, advanced along the buried CMP at the east side of the petroleum pipeline easement, disclosed soft to stiff silt and gravelly silt with some interbedded fine sand soils to the boring's termination depth of 11.5 feet below grade. Groundwater was not encountered at either of the two boring locations at the time of drilling. Undeveloped Ravine Hand explorations HB-1 through HB-4 were advanced P g along the proposed tightline alignment as shown on Figure 2. Each of the explorations disclosed a surficial organic forest duff horizon underlain by loose gravelly sand or soft silt with some fine sand. These soils were underlain by loose to dense sand and stiff to very stiff sandy silt. These lower soils are representative of the advance outwash materials. Slight groundwater seepage was observed at a depth of 2.7 feet while advancing boring HB-1. Test pits TP-1 and TP-2 were excavated at the mouth of the ravine at prospective energy dissipator locations. Test pit TP-1, located near the existing CMP outfall, disclosed approximately 6 feet of medium dense gravelly sand fill. The fill had a variable silt content, and ' contained some angular gravel and cobbles, as well as organic material. A relic topsoil horizon was encountered at a depth of about 6 to 6.5 feet. The old topsoil was underlain by approximately 1.5 feet of stiff to very stiff sandy silt with some gravel and interbedded sand. The test pit was terminated at a depth of 11 feet in a medium dense silty sand with some gravel and interbedded sandy silt. Slow groundwater seepage was observed at a depth of 9.5 feet at the time of excavation. Test pit TP-2 was excavated approximately 100 feet downstream of the existing CMP outfall. Approximately 3 feet of loose to medium dense gravelly sand with some silt (fill material) was observed at this location, above relic topsoil that extended to a depth of approximately 3.5 feet. The relic topsoil was underlain by soft to medium stiff sandy silt with some organics and trace gravel to a depth of approximately 6 feet below grade. This material is likely colluvium, or soil that has migrated downslope resultant from natural mass wasting processes, in our opinion. The colluvium was underlain by stiff to very stiff sandy silt and medium dense gravelly sand to the test pit's 10-foot termination depth. Rapid groundwater seepage at a depth of 8 feet below grade was observed. Conditions observed at the exploration locations are summarized in the table below. Zipper Zeman Associates,Inc. 19231 36"Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 Proposed Sunnydale Downstream SIP _ J 686 Renton, Washington 20 July 2000 Page 7 Exploration Summa Exploration Ground Surface Fill Thickness (feet) Depth to Med. Groundwater Elevation(feet)* Dense/Medium Depth(feet)** Stiff Soils feet B-1 289 NE 0 NE B-2 312 16.5 0 NE TP-1 103 6 6.5 9.5 TP-2 90 3 5 8 HB-1 220 NE 2.5 2.7 HB-2 196 NE 2 NE HB-3 178 NE 2 NE HB-4 172 NE 1.5 NE * Ground surface elevations referenced topography shown on plan provided by Entranco; ** Groundwater conditions may vary due to weather, irrigation, and other factors; NE: Not Encountered S.C.S. Soil Descriptions Review of the Soil Survey of King County Area, Washington (U.S.D.A., Soil Conservation Service, November 1973) identified the site as mantled by three major soil types: • Alderwood gravelly sandy loam (6 to 15 percent slopes)near the detention pond. These soils are formed in glacial tills, and are characterized by a relatively low permeability and moderate erosion potential; • Ald erwood and Kitsap soils (very steep) below the easement through the ravine. The Alderwood and Kitsap soils are derived from glacially consolidated materials, and are present on steep slopes. The soils may exhibit a severe to very severe erosion potential and a severe slippage potential; • Puyallup fine sandy loam has been mapped in the valley bottom. The Puyallup soils are described as loamy sands with a slight erosion potential. tGroundwater ' Groundwater seepage was observed at the locations of test pits TP-1 and TP-2 at depths of approximately 9.5 and 8 feet, respectively. Slight seepage was observed at the hand boring HB-1 location at a depth of 2.7 feet. Groundwater was not encountered while drilling borings B-1 and B-2. A perched groundwater condition can sometimes develop within glacially consolidated soils, due to their relatively high fines content and density producing a low permeability, or within interbedded granular and fine grained soils. It should be noted that groundwater conditions may fluctuate due to seasonal precipitation variation, site utilization, irrigation, and other factors. Zipper Zeman Associates, Inc. 19231 360i Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 ' Proposed Sunnydale Downstream SIP _ J 686 Renton, Washington 20 July 2000 ' Page 8 Seismic Criteria Figure 16-2 presented in the 1997 Uniform Building Code classifies the subject site as being within Seismic Zone 3. Based on the subsurface conditions encountered at the site and published geologic literature, it is our opinion that a Soil Profile Type of S, should be used to describe the average properties within the upper 100 feet of soil beneath the site. This designation describes soils that are considered very dense with a shear wave velocity of 1,200 to 2,500 feet per second, Standard Penetration Test values greater than 50, and an undrained shear strength of greater than 2,000 psf. The publication Liquefaction Susce tibili or PSusceptibility f the Des Moines and Renton 7.5-minute Quadrangles, Washington (Washington Division of Geology and Earth Resources, GM-41, 1994) describes the developed upland and undeveloped ravine portions of the site as having a Category III liquefaction susceptibility risk. A Category III characterization reflects a low ' liquefaction susceptibility, generally reflecting glacially consolidated soils. The valley margin immediately adjacent to the site (areas containing mass wasting and colluvial deposits) are described as a Category II liquefaction risk. The nomenclature considers a Category II risk low to high. CONCLUSIONS AND RECOMMENDATIONS Site improvement plans consider replacing approximately 160 feet of buried storm sewer with a new buried 18-inch diameter HDPE pipe near the Sunnydale development, installing approximately 700 feet of new 18-inch diameter HDPE pipe (about 550 feet on the surface and about 150 feet buried), and constructing a stilling well energy dissipator. Based upon the site conditions observed during our exploration, the project appears feasible from the geotechnical perspective. Selected considerations include: • Subsurface conditions observed along the buried portion of the pipe near the detention pond comprise native silt and silty sand soils, as well as sandy gravel and gravelly sand fill. Groundwater was not disclosed at the exploration locations along the buried pipe alignment; • Re-use of the existing granular fill as trench backfill for the upper buried pipe section is feasible. Re-use of the native fine grained soils will depend upon the material's moisture content at the time of compaction. Budget provisions for importation of granular backfill and removal of the fine grained soils is recommended; • Placement of the HDPE pipe on the ground surface between the petroleum pipeline easement and the bottom of the slope about 150 feet above the stilling basin is feasible. Limited hand excavation and shallow pipe burial is recommended at three locations along the surface ' alignment so that the pipe can be placed on the surface along two shallow depressions; • Conventional pre-cast manhole structure installation for the proposed stilling well energy dissipator is feasible. Dewatering at the time of excavation and structure placement should Zipper Zeman Associates. Inc. 19231 36"Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771-3304 Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 ' Page 9 be anticipated is the structure is founded at or below the depth where groundwater seepage was observed at the test pit TP-2 location; • Re-use of non-organic soils excavated along the lower section of buried HDPE, and at the energy dissipator location, is considered feasible. Presented below are our conclusions and recommendations regarding environmentally sensitive areas, trench excavation and backfilling, structure foundation subgrade preparation, and tightline anchorage. Environmentally Sensitive Area Considerations Erosion Hazard The sloping upland portion of the site, downslope of the detention pond access road and the toe of slope about 150 feet above the energy dissipator location, represents a potential erosion hazard, in our opinion, and should be considered sensitive to uncontrolled surface water flow during and after construction. Fortunately, excavation along this portion of the project is expected to be minimal, limited to the petroleum pipeline easement and three small sections along the surface tightline alignment. Potential erosion in these areas during construction can be reduced by following commonly accepted Best Management Practices such as diverting surface water away from excavations, and establishing a protective cover over the disturbed areas and revegetating the areas as well. tDisturbed portions of the site where the pipe is buried or where construction equipment has disturbed the ground surface should be seeded, then covered with straw or a rolled erosion ' control product, such as Curlex® excelsior blankets, following backfill placement. The Curlex® should be installed in accordance with the manufacturer's recommendations. Straw may be utilized in the relatively level area adjacent to the pond access road and the petroleum pipeline ' easement. Sloping portions of the site, or the area in close proximity to the stream, should be covered with Curlex®. ' Landslide Hazard Steep slopes along the proposed alignment include the relatively short section extending ' between the pond access road and the petroleum pipeline easement, and the ravine's south slope, along which the tightline will be installed. Slope stability is influenced by a number of conditions, including slope inclination, subsurface soil and groundwater conditions, and surface ' water drainage. Review of published geologic maps, conditions observed at the exploration locations, and surface observations have lead us to conclude that the site is primarily underlain at relatively shallow depths by glacially consolidated soils that are generally not subject to deep- seated instability. However, the near surface weathered soils, and fill materials, can be destabilized by unfavorable surface water conditions. Zipper Zeman Associates, Inc. ' 19231 36`'Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771-3304 Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 ' Page 10 Two adjacent rockery-like features comprising large rock placed on the slope adjacent to the detention pond, southwest of the upper control manhole as shown on Figure 2, were observed during the field exploration. The uppermost rockery extended approximately 25 to 50 feet along ' the future new buried pipe alignment, and was approximately 4 feet high. The lower rockery was approximately 8 feet away from the upper one, had a 12-foot width, and was about 6.5 feet high. Based upon our field measurements, it appears that the existing storm line from the manhole to the lower catch basin may be underneath the uppermost rockery. The rock feature, and surrounding areas, lacked evidence of recent instability or significant groundwater seepage. The City of Renton provided copies of two letters that addressed conditions leading to installation of the rock fill feature, as listed below: • Earth Consultants, Inc.; Site Reconnaissance, Slope Failure West of Lot 170, Sunnydale ' Mobile Home Park, Renton, Washington; E-1894-4, 28 December 1994; • Harza Consulting Engineers and Scientists; Sunnydale Mobile Home Park, Slope Erosion, ' Renton, Washington;File 7160G, 12 December 1994. The letters describe the authors' opinions regarding conditions leading to the formation of a relatively small landslide and/or erosional feature on the slope between the pond access road and the petroleum pipeline easement below, west of the storm sewer. Both authors reference ' some groundwater seepage from the exposed soils in the feature, and apparent flow of surface water from the pond over the steep slope. Both authors recommended similar repairs — filling the disturbed area with large rock or constructing rockeries. Based upon our review of the referenced letters, and conditions observed during the field exploration, we tend to agree with the conclusions presented in the Harza letter. We find it likely that the slope degradation was resultant from a combination of surface water flow over the steep slope combined with seepage from the underlying fill material. Deep-seated instability of the underlying glacially consolidated soils does not appear to have contributed to the distress. The ' rock fill repair appears to have been effective as well. Conditions observed at the location of our boring B-2, and observations noted in the ' referenced letters, confirmed the presence of fill material along the top of the slope separating the pond and the petroleum pipeline easement. The fill soils would be susceptible to erosion by flowing water, such as if the pond were to overflow, or if surface water were directed over the ' slope in a concentrated fashion. However, it is our opinion that the steep slope is unlikely to degrade due to instability of the underlying native glacially consolidated soils. ' The proposed surface alignment of the tightline on the south side of the ravine below the petroleum pipeline easement follows, or is in close proximity to, slopes with inclinations as steep as about 70 percent. Based upon our understanding of site conditions, it is our opinion that the proposed tightline alignment may be considered stable in regard to deep-seated instability. However, the steep slopes are characterized by a shallow weathered soil zone, up to about 3 feet Zipper Zeman Associates. Inc. ' 19231 36 h Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 ' Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 ' Page 11 deep, that can be susceptible to downslope displacement in the form of slow creep, or more rapid movement, particularly during episodic storm events. ' The slow downslope soil displacement, referred to as solifluction, results in intermittent soil movement that can be evidenced by curved tree trunk growth, for example. That portion of the proposed tightline alignment between approximately Stations 4+50 and 5+50, as shown on Figure 2, is interpreted to susceptible to shallow soil creep. Two shallow depressions along the proposed tightline alignment are interpreted to have been subject to shallow displacement of the upper weathered soil horizon. The interval located between Stations 3+42 and 3+86 is interpreted as lacking the surficial weathered zone due to past shallow movement, most likely due to shallow soil saturation during a storm event, in our opinion . A second section between Stations 4+10 and 4+50 exhibits evidence of shallow downslope soil displacement. The root mass of a large fallen tree at this location suggests that displacement of the root mass initiated the soil movement, in our opinion. Future landslidin at the toe of the ravine slopes gis likely, in our opinion, as the stream channel continues to erode soils in the streambed and channel sides. It is our opinion that terosion-induced landsliding along the channel would be manifested as high angle slump-type features resulting in oversteepened slopes along the channel. Upslope migration of such features is not likely to occur suddenly, in our opinion. Seismic Hazard ' A seismic hazard generally applies to an area that may experience distress due to soil strength loss during the cyclic earth movement associated with a seismic event. This soil strength loss phenomenon is referred to as liquefaction. Liquefaction is most commonly associated with loose and soft, relatively fine grained soils in combination with a high moisture content, typically in association with a shallow water table. ' It is our opinion that the glacially consolidated soils in the upland and ravine portions of the site would not be susceptible to significant strength loss due to liquefaction associated with a seismic event. The existing fill materials and colluvium disclosed by test pits TP-1 and TP-2 were relatively coarse and dense, and would not display significant soil strength loss during a seismic event, in our opinion. ' HDPE Tightline Considerations ' It is our understanding that current plans for the new surface tightline preclude utilizing the same alignment currently occupied by the 18-inch CMP. Use of an alternative alignment will allow eliminating installation of a structure and sharp turn in the alignment, avoiding the construction and maintenance problems exemplified by the current arrangement that employs a manhole constructed above the steam bed. Zipper Zeman Associates, Inc. 19231 36"Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771-3304 Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 Page 12 The proposed surface tightline alignment as shown on Figure 2 generally reflects one that was field flagged during a site walk with representatives of the City of Renton and Entranco. The alignment was selected due to its combination of length, favorable slope conditions, and proximity to the existing alignment. It is our opinion that the alignment traverses terrain that is generally stable, and is not likely to be subject to deep-seated slope instability. The proposed alignment is also favorable in that it does not appear that substantial mechanical anchorage of the pipe is warranted. The pipe will have several fixed attachment points, including the catch basin on the downhill side of the petroleum pipeline easement, the ' lower buried section beginning about 150 feet upslope of the energy dissipator, and three sections between Station 3+42 and 4+10 where shallow burial is recommended. We recommend that two mechanical anchorage points be installed at approximately Stations 4+50 and 5—. We ' recommend that the mechanical anchorage consist of a 2-inch inside diameter, Schedule 80, galvanized steel pipe driven into the ground on the downhill side of the tightline to a minimum 4-foot depth, or substantial refusal. The tip of the pipe may be flattened or equipped with a conical tip to facilitate achieving the recommended minimum embedment depth. We recommend that the pipes be driven with a jackhammer. ' We recommend that the tightline be regularly inspected after installation to verify that fallen trees, mass wasting, or vandalism have not adversely affected operation of the pipe. Several fallen trees of substantial size were observed within the ravine during our field visits. ' While we have found most HDPE pipe installations to hold up well under tree impact, regular inspection and maintenance is recommended. Utility Trenching and Backfilling ' The soils disclosed by the explorations can be excavated with conventional hydraulic excavation equipment, in our opinion, without exceptional difficulty. The soils disclosed by hand excavations along the surface tightline alignment can be excavated with normal hand tools, in our opinion. We recommend that utility trenching, installation, and backfilling conform to all applicable Federal, State, and local regulations such as WISHA and OSHA regulations for open excavations. In order to maintain the function of any existing utilities, we recommend that temporary excavations not encroach upon the bearing splay of existing utilities. The bearing splay of existing utilities should be considered to begin 3 feet away from the widest point of the pipe and extend downward at a 1 H:l V slope. If, due to space constraints, an open excavation cannot be completed without encroaching on a utility, we recommend shoring the new utility excavation with a slip box or other suitable equipment. It appears that an open sided excavation will be required adjacent to the repaired slope failure near the upper manhole. We recommend that the existing rocks be carefully dismantled one by one, not mass excavated. Conditions should be carefully evaluated as the rocks are removed, as the existing CMP may be exposed during this process. The contractor should be Zipper Zeman Associates.Inc. ' 19231 36ih Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 ' Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 iPage 13 prepared to address leakage from the pipe, or seepage from the excavation, as the process proceeds. Reconstruction of this segment of the alignment is discussed subsequently. ' We recommend that pipe subgrades be firm, unyielding and free of all soils that are loose, disturbed, or pumping. Such soils should be removed and replaced with compacted structural fill. After a firm subgrade has been established, we recommend that a minimum of 3 inches of bedding material be placed in the trench bottom if cobble or boulder size material is exposed. Otherwise, bedding for the HDPE pipe would not be necessary. Bedding material for plastic pipe should conform to Section 9-03.16 of the 2000 WSDOT Standard Specifications for ' Road, Bridge, and Municipal Construction (Publication M41-10). All trenches should be wide enough to allow for compaction around the haunches of the pipe. Otherwise, materials such as controlled density fill (CDF) or pea gravel could be used to eliminate the required compaction around the pipe. Backfilling the remainder of the trenches could be completed with soils excavated from ' the excavations if they can be compacted to the minimum levels recommended in the Structural Fill section of this report. Wet-of-optimum soils excavated from utility and structure excavations could only be used as backfill by reducing the moisture content to within a few percent of ' optimum. Limited test pit sidewall caving was observed during the field excavation. Contractors responsible for excavations should be prepared to provide adequate temporary shoring. Groundwater seepage was observed at the locations of test pits TP-1 and TP-2. The contractor should be prepared to adequately dewater excavations, allowing pipe and structure installation and backfill placement. We anticipate that sumps and pumps would be adequate for dewatering in the vicinity of the energy dissipator. The disassembled rockfill or rockery on the slope below the detention pond access road should be reconstructed in general accordance with the details shown on the Rockery/Rock Buttress Schematic, Figure 3. Some variation from these details may be necessary, depending upon conditions observed during construction. Provided that the slope protection can be installed with a finished height no taller than 8 feet, it may be constructed as a rockery. The ' rockery should be constructed of a sound, durable rock with a batter no steeper than 6H:1 V. The bottom course of each rockery should be founded in at least medium dense or very stiff native soils. If the finished slope height is greater that 8 feet, we recommend that the slope be ' constructed as a rockery, but that a finished rock face surface with a 1.5H:1 V inclination be constructed. The new HDPE pipe behind the rock facing should be placed upon a 3-inch minimum bedding thickness, as referenced above, in turn placed above 2 to 4-inch crushed rock quarry spalls (WSDOT 9-13.6) or shoulder ballast [WSDOT 9-03.9(2)]. The coarser crushed rock material should be utilized as backfill for the new trench behind the facing rocks, and be placed behind the facing rocks as they are installed. Zipper Zeman Associates,Inc. ' 19231 360'Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 Proposed Sunnydale Downstream SIP J-68 6 Renton, Washington 20 July 2000 ' Page 14 Structural Fill ' All fill material placed in excavations for buried pipes and structures should be placed in accordance with the recommendations herein for structural fill. All structural fill should be generally free of organic material, debris, or other deleterious material. Individual particle size ' should generally be less than 6 inches in diameter. Structural fill should be placed in lifts no greater than 12 inches in loose thickness and ' each lift should be compacted to at least 90 percent of the modified Proctor maximum dry density as determined by the ASTM:D-1557 test procedure. We recommend that a geotechnical engineer, or his representative, be present during grading so that an adequate number of density tests may be conducted as structural fill placement occurs. In this way, the adequacy of the earthwork may be evaluated as it proceeds. The suitability of soils for structural fill use depends primarily on the gradation and moisture content of the soil when it is placed. As the amount of fines (that soil fraction passing the U.S. No. 200 sieve) increases, soil becomes increasingly sensitive to small changes in ' moisture content and adequate compaction becomes more difficult, or impossible, to achieve. Generally, soils containing more than about 5 percent fines by weight (based on that soil fraction passing the U.S. No. 4 sieve) cannot be compacted to a firm, non-yielding condition when the ' moisture content is more than a few percent from optimum. The optimum moisture content is that which yields the greatest soil density under a given compactive effort. At the time of the subsurface evaluation, some of the site soils disclosed by boring B-2, and test pits TP-1 and TP-2, generally had moisture contents above their optimum moisture ' content relative to their possible use as structural fill. However, soil moisture conditions should be expected to change throughout the year. Much of the site's native soil contains a significant fine-grained fraction. Re-use se of the on-site silt and silty fine sand soils disclosed by these ' explorations as structural fill will require that strict control of the moisture content be maintained during the grading process. Selective drying of over-optimum moisture soils may be achieved by scarifying or windrowing surficial materials during dry weather. Soils that are dry of optimum may be moistened through the application of water and thorough blending to facilitate a uniform ' moisture distribution in the soil prior to compaction. We recommend that the relic topsoil materials disclosed by test pits TP-1 and TP-2 be ' segregated from the mineral soil prior to re-using the excavated soils as backfill material. While not encountered in significant amounts at our exploration locations, deleterious debris in fill material may be present in close proximity to the detention pond access road. Debris materials ' should be segregated from the mineral soil and wasted from the site. Zipper Zeman Associates,Inc. ' 19231 36"Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 Page 15 In the event that debris content, inclement weather, or wet site conditions prevent the use of on-site soil or non-select material as structural fill, we recommend that a "clean", free- draining pit-run sand and gravel be used. Such materials should generally contain less than 5 ' percent fines, based on that soil fraction passing the U.S. No. 4 sieve, and not contain discrete particles greater than 6 inches in diameter. Controlled Density Fill (CDF) would be a feasible alternative to compacted structural fill, and is most commonly used to backfill confined areas ' such as utility trenches. The use of CDF to backfill the trench crossing of the petroleum pipeline easement would facilitate that process and reduce the amount of time the trench remains open. ' It should be noted that the placement of structural fill is, in many cases, weather- dependent. Delays due to inclement weather are common, even when using select granular fill. We strongly recommend that subsurface utility work be scheduled for the drier months, if at all ' possible. We recommend that the site earthwork budget provide provisions for import granular fill material. ' Temporary and Permanent Cut Slopes Temporary slope stability is a function of many factors, including the following: ' 1. The presence and abundance p of groundwater; ' 2. The type and density of the various soil strata; 3. The depth of cut; 4. Surcharge loadings adjacent to the excavation; ' 5. The length of time the excavation remains open. It is exceedingly difficult under the variable circumstances to pre-establish a safe and ' "maintenance-free" temporary cut slope angle. Therefore, it should be the responsibility of the contractor to maintain safe slope configurations since the contractor is continuously at the job site, able to observe the nature and condition of the cut slopes, and able to monitor the subsurface ' materials and groundwater conditions encountered. It may be necessary to drape temporary slopes with plastic or to otherwise protect the slopes from the elements and minimize sloughing and erosion. We do not recommend unshored vertical slopes or cuts deeper than 4 feet if worker ' access is necessary. The cuts should be adequately sloped or supported to prevent injury to personnel from local sloughing and spalling. The excavation should conform to applicable Federal, State, and local regulations. Based upon our review of WAC 296-155-650, Part N (Excavation, Trenching, and Shoring), we have interpreted the site soils disclosed by the explorations to meet the following type definitions: • Type A: Dense to very dense or hard, undisturbed glacial glacially consolidated soils with no ' groundwater seepage; • Type C: Existing fill, colluvium, loose to medium dense granular soils. Zinser Zeman Associates. Inc. ' 19231 36 h Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771-3304 ' Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 Page 16 Structure Foundation Recommendations ' Current plans call for constructing an energy dissipator adjacent to the stream channel at the bottom of the site. The structure will likely comprise a 72-inch pre-cast manhole with internal plumbing to allow water from the lower buried section of HDPE pipe to well upwards ' and flow over into the stream. We understand that the structure will require an excavation approximately 8 feet deep. Test pit TP-2 was excavated in close proximity to the proposed structure location. The test pit disclosed stiff to very stiff sandy silt with some gravel and interbedded sand, and medium dense gravelly sand to sandy gravel with some silt at the anticipated structure invert depth. ' These soils are adequate for support of the structure, in opinion. However, the sandy silt and silty sand soils would be easily disturbed when wet. We recommend that the excavation subgrade be mantled with a minimum 1-foot thickness of crushed rock shoulder ballast or quarry spalls as described for the rockery and rock buttress construction. The lift of coarse granular material will serve as a leveling course and working surface. In the event that debris, organic materials, or soft or loose material are encountered at structure subgrade elevation, we ' recommend that the material be removed and replaced with the shoulder ballast or quarry spalls. Site Disturbance ' Some of the native and fill soils that will be exposed during construction contain a significant percentage of fine-grained particles. Relatively clean sands are also present at or very ' near the ground surface. These soils are susceptible to disturbance, particularly when wet. We recommend that the contractor make every effort to minimize disturbance of stripped surfaces, and to limit site disturbance to those areas within the clearing and/or work limits. These efforts may include directing surface water away from open excavations, and utilization gravel-covered surfaces for construction equipment traffic and material storage. In addition, vehicle traffic over ' wet subgrades or prepared areas should be minimized. The steep slopes along the proposed surface tightline alignment would be susceptible to ' disturbance by tracked or wheeled construction equipment. We recommend that use of such equipment be prohibited during construction. Placement of the HDPE tightline utilizing winching techniques that preclude use of wheeled or tracked equipment on or in close proximity ' to the steep slopes is feasible, in our opinion. CLOSURE ' The conclusions and recommendations presented in this report are based on the explorations accomplished for this study. The number, location, and depth of the explorations ' for this study were completed within the site and scope constraints of the project so as to yield the information necessary to formulate our recommendations. Zipper Zeman Associates,Inc. ' 19231 36 h Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771 -3304 ' Proposed Sunnydale Downstream SIP J-686 Renton, Washington 20 July 2000 Page 17 1 We recommend that Zipper Zeman Associates, Inc. be retained to provide geotechnical ' engineering services during the earthwork phases of the project in the event that the City of Renton requires assistance in this area. If variations in the subsurface conditions are observed at the time of construction, we would be able to provide additional geotechnical engineering ' recommendations to the contractor and design team in a timely manner as the project construction progresses. ' We appreciate this opportunity to be of service to you, and would be pleased to discuss the contents of this report or other aspects of the project with you at your convenience. Respectfully submitted, per Zeman Asso ' tes, Inc. David C. Williams Associate Zip AJohn �E. Z , P.E. Principal -S�CNAL .YPfRES S/24, pi ' Enclosures: Figure 1 —Vicinity Map Figure 2—Site and Exploration Plan(2 pages) Figure 3 —Rockery/Rock Buttress Schematic Figure 4—Tightline Anchor Schematic Appendix A—Field Exploration Procedures and Logs ' Appendix B - Laboratory Testing Procedures and Results ' Distribution: Entranco (5) Zipper Zeman Associates,Inc. 11211 36'"Avenue West,Suite B201 Lynnwood,Washington 98036 (425)771-3304 Ml / - is ,ME IMF - I rem- �. � . . LEGEND B-1 Boring number and approximate location. Boring3 It! advanced utilizing conventional mechanical hollow stem auger drilling methods. f y tiK ' HB-1 Hand boring number and approximate location. Boring advanced utilizing hand tools. 40 20 0 40 40 TP-1 Test pit number and approximate location. < A SCALE IN FEET — eft Na4 �, ��ao 1 G .a• —w o {zs I S `o a Utz)NJ0N1 2-INCH 2 i� ZIPPER ZEMAN ASSOCIATES, INC. PROJ. NO.J-686 PROPOSED SUNNYDALE SIP DATE: JULY 2000 RENTON,WASHINGTON GEOTECHNICAL AND ENVIRONMENTAL DESIGN: DRAWN BY:Y: JPG SITE&EXPLORATION PLAN CONSULTING SCALE: 1"=40' FIGURE 2(PAGE I OF 2) ference:Undated Preliminary Survey Data prepared by Entranco N e NZA . u1 Pl. lal' CRY / .9 It,11Ila us SRIU uv►v /aln c 1c T-OC �.tIK Ir a IL= sTIRIXT>X [le1rco- ergrlfe . . sLDW6R- �o.LYr � � sam.11S aalae " Y acr 1r a+a� 3MA7 SE) 3WAJ K)v - �Ircwa p L LIK IK I1'WA1 Gi an 7LL. a3LA V\� S � n aw W l�l� x 12' SANITARY 1 Y �1 u AF #84051 SEWER EASEMENT 0646 r a� ♦ � '� Ir r glair. All a aItSUNNYDALE �'+♦ °' 8 00. 8' G 10' WATER EASEMENT M 1 1 AF #8405110647 �Xcp W 111 1 2WA6Rom or OWCHP V 10' SANITARY SEWER EASEMENT AF #8405110646 w30 RUADW Y & �Q UTILITY E SEMENT W 00'52.9' E 300.000, nir nA it nn[ =i tun ml s1 la : at t W nta twa LEGEND B-1 Boring number and approximate location. Boring advanced utilizing conventional mechanical hollow stem auger drilling methods. •1113-1 Hand boring number and approximate location. Boring advanced utilizing hand tools. NTP-1 Test pit number and approximate location. 40 20 0 40 ZIPPER ZEMAN ASSOCIATES, INC. PROJ.NO.J-686 PROPOSED SUNNYDALE SIP DATE: JULY 2000 RENTON,WASIIFNG ION GEOTECHNICAL AND ENVIRONMENTAL DESIGN: DCW DRAWN BY: JPG SITE&EXPLORATION PLAN SCALE IN FEET �ference:Undated Preliminary Survey Data prepared by Entranco. CONSULTING SCALE: I"=40' FIGURE 2(PAGE 2 OF 2) _ - ROCKERY/ROCK BUTTRESS SCHEMATIC - NOT TO SCALE FLATTER) SOUND, DURABLE 1 ' NON-WEATHERED ROCK ' 1 TO 2 MIN N y 16 IN. ~FREE-DRAINING BACKFILL �. (MAX. 5% FINES); MIN.35 . WIDE LAYER OF 2"-4" QUARRY SPALLS ADJACENT TO „ ROCKERY ; HEIGHT _7 ~t _~r• - (MAX. 8') ` 18-INCH INSIDE DIAMETER HDPE TIGHTLINE MINIMUM WIDTH (FT� = HEIGHT 3 ' MIN. 12' - I FIRM, UNDISTURBED SOIL NOTES: ROCK SHALL BE SOUND AND HAVE A MINIMUM DENSITY OF 160 POUNDS PER CUBIC FOOT. THE LONG DIMENSION OF ALL ROCKS SHALL BE PLACED PERPENDICULAR TO THE WALL. EACH ROCK SHALL BEAR ON TWO ROCKS IN THE TIER BELOW. ROCKERIES ARE EROSION-CONTROL STRUCTURES, NOT RETAINING WALLS. NATIVE MATERIAL MUST BE STABLE AND FREE-STANDING IN CUT FACE. FOR HEIGHTS GREATER THAN 8 FEET, FACING ROCK MAY BE STACKED IN FRONT WITH A 1.5H:1 V INCLINATION LOCATION OF ROCKERY OR BUTTRESS RELATIVE TO TIGHTLINE SHOULD BE FIELD-FIT ZIPPER ZEMAN ASSOCIATES,INC. PROJ.NO.J-686 PROPOSED SUNNYDALE SIP DATE: JULY 2000 RENTON,WASHINGTON GEOTECHNICAL AND ENVIRONMENTAL DESIGN: DCW DRAWN BY: DCW ROCKERY/ROCK BUTTRESS SCHEMATIC CONSULTING SCALE: N.T.S. FIGURE 3 TIGHTLINE ANCHOR SCHEMATIC-NOT TO SCALE 18-INCH INSIDE DIAMETER GALVANIZED STEEL HDPE SLEEVE BETWEEN CLAMP HDPE TIGHTLINE PIPE CLAMP AND TIGHTLINE ALLOWS FOR MOVEMENT OF TIGHTLINE WITHIN CLAMP 1-INCH STEEL COLLAR GALVANIZED PLATE NOTE: FOR SLOPING GROUND SURFACE, DRIVE ANCHOR PIPES PLUMB ~ -� 2-INCH INSIDE DIAMETER SCHEDULE 80 STEEL PIPE DRIVEN TO MINIMUM 4-FOOT DEPTH OR SUBSTANTIAL REFUSAL FLATTEN TIP OR PROVIDE CONICAL DRIVE SHOE ZIPPER ZEMAN ASSOCIATES,INC. PROJ.NO.J-686 PROPOSED SUNNYDALE SIP DATE: JULY 2000 RENTON,WASHINGTON GEOTECHNICAL AND ENVIRONMENTAL DESIGN: DCW DRAWN BY: DCW TIGHTLINE ANCHOR SCHEMATIC CONSULTING SCALE: N.T.S. FIGURE 4 r rAPPENDIX A FIELD EXPLORATION PROCEDURES AND LOGS r r r t r i r r APPENDIX A FIELD EXPLORATION PROCEDURES AND LOGS J-686 Our field exploration for this project included two test pits (TP-1, TP-2) excavated ' on 21 March 2000, and two borings (B-1, B-2) and four hand borings (H13-1 through 1113- 4) advanced on 24 March 2000. Approximate exploration locations are shown on the Site and Exploration Plan, Figure 2. Exploration locations were determined by measuring distances from existing site features with a fiberglass tape relative to an undated topographic map of the site provided by Entranco As such, the exploration locations should be considered accurate to the degree implied by the measurement method. The approximate ground surface elevation at each exploration location was determined by interpolating the information provided on the topographic plan, or via hand level methods relative to specific surveyed site features, such as manholes. The following sections describe our procedures associated with the exploration. Descriptive logs of the explorations are enclosed in this appendix. rSoil Boring Procedures Our exploratory borings were advanced with a hollow stem auger, using a portable drill rig operated by an independent drilling firm working under subcontract to our firm. A geotechnical engineer from our firm continuously observed the borings, logged the subsurface conditions encountered, and obtained representative soil samples. All samples were stored in moisture-tight containers and transported to our laboratory for further visual classification and testing. After each boring was completed, the borehole was backfilled. Throughout the drilling operation, soil samples were obtained at 2.5- to 5-foot depth intervals by means of the Standard Penetration Test (ASTM: D-1586). This testing and sampling procedure consists of driving a standard 2-inch outside diameter steel split spoon sampler 18 inches into the soil with a 140-pound hammer free falling 30 inches. The number of blows required to drive the sampler through each 6-inch interval is recorded, and the total number of blows struck during the final 12 inches is recorded as the Standard Penetration Resistance, or "blow count" (N value). If a total of 50 blows is struck within any 6-inch interval, the driving is stopped and the blow count is recorded as 50 blows for the actual penetration distance. The resulting Standard Penetration Resistance values indicate the relative density of granular soils and the relative consistency of cohesive soils. The enclosed boring logs describe the vertical sequence of soils and materials encountered in each boring, based primarily upon our field classifications and supported by our subsequent laboratory examination and testing. Where a soil contact was observed to be gradational, our logs indicate the average contact depth. Where a soil type changed between sample intervals, we inferred the contact depth. Our logs also graphically indicate the blow count, sample type, sample number, and approximate depth of each soil sample obtained from the borings, as well as any laboratory tests performed on these soil samples. If any groundwater was encountered in a borehole, the approximate groundwater depth, and date of observation, is depicted on the log. Groundwater depth estimates are typically based on the moisture content of soil samples, the wetted portion of the drilling rods, the water level measured in the borehole after the auger has been extracted, or through the use of an observation well. Hand Boring Procedures Four hand borings (HB-1 through 1-113-4) were advanced at the approximate locations shown on the Site and Exploration Plan, Figure 2. An engineering geologist from our firm advanced an approximately 8-inch diameter boring by hand using a post- hole digger, continuously observing the soil cuttings as they were retrieved. Representative portions of the soils retrieved were placed in moisture tight containers and returned to our laboratory for further visual classification and testing. Logs of the hand borings are included in this appendix. Test Pit Explorations An independent contractor working under subcontract to our firm excavated the test pits through the use of a small trackhoe. An engineering geologist from our firm continuously observed the test pit excavations, logged the subsurface conditions, and obtained representative soil samples. The samples were stored in moisture tight containers and transported to our laboratory for further visual classification and testing. After we logged each test pit, the operator backfilled each with excavated soils tamped into place. Some settlement of the backfill should be expected over time. The enclosed test pit logs indicate the vertical sequence of soils and materials encountered in each test pit, based primarily on our field classifications and supported by our subsequent laboratory testing. Where a soil contact was observed to be gradational or undulating, our logs indicate the average contact depth. We estimated the relative density and consistency of in situ soils by means of the excavation characteristics and by the sidewall stability. Our logs also indicate the approximate depths of any sidewall caving or groundwater seepage observed in the test pits, as well as all sample numbers and isampling locations. PROJECT: Sunnydale Downhill SIP JOB NO. J-686 BORING B-1 PAGE 1 OF 1 Location: Renton,WA Approximate Elevation: 289 feet Soil Description a Penetration Resistance m z a y CL of y m F- R ° ° Standard Blows per foot Other H O to rn Z 0 Z H 0 10 20 30 40 50 Hard(?),moist,brown,fine to coarse gravelly SILT S 1 ' I 1 i with some sand and organics(blow count may be ; ; , , , I•,.• 40/9"1 I 1 - ---- --- �� overstated) ","" r `` -------------------------------------------' 1 1 I •I' 1 1 1 I Stiff,moist,brown,gravelly SILT with some sand -------------- --_I-----y.�------,--l- -i --,-- Loose to medium dense,moist,brawn,fine SAND S-2a ------ --- - -with trace to some silt - I- ---,-- , -*= I--I = .S- -_ � ' 2b I I 1 I I I I I 1 L------------------------------------------- --- -- 1 I I% I I I I I I 5 Stiff to hard,moist,brown,SILT with occasional ---- --- ---------- 22 Interbedded fine sand 1 _-- -- I I - I I I 1 1 I 1 I I ------------- -- - - -- -- --- - I 31 ------------- S-4 I I I 1 I 1 •` I- I - ----------------- -- ----- I 1 I I 1 1 I 1 I I I I 1 I I 1 I I •, I 10 I I I I I I I I •l --- --- ---- - - Grading to SILT with some fine sand S-5 i 48 1 I I I I I I I I _____- ------ ---I--1--1-- --L--I- -1- -L - 1 1 I 1 I I I I 1 Total depth=11.5 feet. ,_ L__,__ _ _L No groundwater observed. I I I 1 I I I 1 1 ______________ _I__ __L__1_ I I I I I I I 1 I I I I 1 I ______________ _ __ I--1--I--J-- L--I---1 L-J-_. 1 I I I 1 1 I I I 1 5 I I I I I 1 1 1 I ______________ _ __I__1__I._J--L__I_ _1__L _-I- --------------- ---1--1--L_-J-- L--I--1- L--I-_. I I I I I I 1 I I ------ I I I 1 I I I I I I 1 I 1 I I 1 1 I I 1 I I I I 1 1 I 1 I I I I I I I I 1 I I I I I 1 1 - I I I I 1 I I 1 I 20 --------------- ------------- _ I I 1 I I I 1 1 I 1 I I I I I 1 I I 1 1 I I 1 I I I 1 I 1 I I I 1 I I I I I 1 I 1 1 I I I -------------- I I I I 1 I I I I I I 1 I 1 I 1 I I I I I I 1 I 1 I I ______________ 1 1 I I I 1 25 1 I 1 1 I I I I 1 I Explanation 0 10 20 30 40 50 I2-inch O.D. split spoon sample Lab Testing Legend Moisture Content 3-inch I.D Shelby tube sample ATT Atterberg Limit Plastic Limit Natural Liquid Limit ® No Recovery GSA Grain Size Analysis V Groundwater level at time of drilling MC% Moisture Content >50% ATD or date of measurement Zipper Zeman Associates,Inc. BORING LOG Figure A-1 Geotechnical&Environmental Consultants Date Drilled: 3/24/00 Logged By: Eric Lim PROJECT: Sunnydale Downhill SIP JOB NO. J-686 BORING B-2 PAGE 1 OF 1 Location: Renton, WA Approximate Elevation: 312 feet Soil Description Penetration Resistance y c CL c n Z � c Gto to Z Standard Blows per foot Other 0 10 20 30 40 50 Z ~ Medium dense,moist,dark brown,gravelly silty, 3-1 I I I 1 SAND and sandy GRAVEL with some silt(fill) 12 - - -I--T-'-i-I--r--1- --7 r--1--. . S 2 15 GSA I I • I I I I 1 1 I 1 I 1 I 1 1 1 I I 5 I I • I I 1 I I 1 I _-- _ I I • 1 1 I 1 1 1 -I - --- --------- 11 GSA Y S-3 - - I-- -�-�- I- 1 I I I I I• I I 1 1 I 1 I -------------- _�__ L I I I I t I -- 1 I I - -I---I- - --- S-4 I IAk I I I I I 1 1 12 11 I I I 1 I I 1 I I 1 1 I I --- --- --I-- --'--I-- --'-- - I 10 I I 1 I 1 I I I 1 S 5 16 GSA --------------- I I I• I I I I I I S-6 ' 16 GSA J-_L__I_-.1_ _L--I- L--'--J- -L--I-- I 1 • 1 1 I 1 I I I 15 1 I • I I I I I I I .1_ _L__I__ S-7 I I I I I 1 12 I I I I I I 1 ______ _ J_ _L Very stiff,moist,blue-gray SILT. ---I__1__La_J__L_-I-_J I I 1 I 1 I I I 1 -------------- ---'--1--1--`-'--L--'--J= -4'=-'- I I I t I I I I I -------------- ---,--}--1---1'--1---I---4 -~ -'- I I I I,• 1 I I I 1 20 S-8 I I I I 1 I I I I 23 I 1 I I I I I I I 1 I I I I I 1 I 1 I I I I I I Total depth=21.5 feet. ------_------- No groundwater observed. I I I I I I I 1 I ------------- - -I--r--r- --r--r-rt--r--I-- I I I t I I I I I I I I I I I I I I -------------- ---I--r--r--I--r--I--y--r--1-- 25 I I I I I 1 I 1 I Explanation o 10 20 30 40 50 I2-incn O.D. split spoon sample Lab Testing Legend Moisture Content 3-inch I.D Shelby tube sample ATT Atterberg Limit Plastic Limit Natural Liquid Limit ® No Recovery GSA Grain Size Analysis V Groundwater level at time of drilling MC% Moisture Content >50% ATD or date of measurement Zipper Zeman Associates, Inc. BORING LOG Figure A-2 Geotechnical & Environmental Consultants Date Drilled: 3/24/00 Logged By: Eric Lim �I ZIPPER ZEMAN ASSOCIATES, INC. 19231 36TH Ave.W.Suite B201,Lynnwood,Washington 98036 Hand Boring HB-1 Project: Sunnydale SIP Location: Tightline STA 1+30,see Figure 1 Project No: J-686 Approximate ground surface elevation(feet): 220 Date Drilled: 24 March 2000 ' Depth Material Description Sample Nc %M Testing (ft) 2 t inches ORGANIC FOREST DUFF above loose,wet,brown, gravelly SAND with trace silt and some roots 1 ...................................._.............. _............................................................................................................................. I......... _.... Loose,wet, brown,silty SAND with trace gravel 2 S-1 22 1 _........................._................_.._......................................................................................._.......... ........._................................. Medium stiff, wet,brown with orange mottling,sandy SILT with 3 trace fine and fibrous organic material ........._........_......................._.._...................._........_......_....................._.........._.........._........................................._....._.... Stiff to very stiff,wet,brown,sandy SILT 4 Total depth=3.8 feet 5 No caving,slight seepage at 2.7 feet r i ZIPPER ZEMAN ASSOCIATES, INC. 19231 36T"Ave.W.Suite B201,Lynnwood,Washington 98036 Hand Boring HB-2 Project: Sunnydale SIP Location: Tightline STA 2+55,see Figure 1 Project No: J-686 Approximate ground surface elevation(feet): 196 Date Drilled: 24 March 2000 1 Depth Material Description Sample Nc %M Testing (ft) 4 f ORGANIC FOREST DUFF and soft,damp, dark brown,sandy SILT with fine organic material(Topsoil)above soft,wet, brown, l SILT with some sand and fine to medium roots 2 Medium dense,moist, brown with some gray mottling,fine SAND with trace fine to coarse gravel 3 S-1 21 4 Total depth=4 feet I 5 No e or seepage g cavin observed r ZIPPER ZEMAN ASSOCIATES, INC. 19231 36T"Ave.W.Suite B201,Lynnwood,Washington 98036 Hand Auzer HB-3 Project: Sunnydale SIP Location: Tightline STA 3+65,see Figure 1 Project No: J-686 Approximate ground surface elevation (feet): 178 Date Drilled: 24 March 2000 Depth Material Description Sample N, %M Testing (ft) 3 t ORGANIC FOREST DUFF and soft,damp,dark brown,sandy SILT with fine organic material(Topsoil)above loose to medium 1 dense(at 2 feet),moist to wet,brown,gravelly SAND with trace to some silt,occasional cobbles to 5-inch diameter 2 S-I 8 4 Total depth=3.8 feet I 5 ' No seepage or caving observed ZIPPER ZEMAN ASSOCIATES, INC. 19231 36TH Ave.W.Suite B201,Lynnwood,Washington 98036 i Hand Boriniz HB-4 Project: Sunnydale SIP Location: Tightline STA 4+22 see Figure I Project No: 1-686 Approximate ground surface elevation(feet): 172 Date Drilled: 24 March 2000 Depth Material Description Sample Nc %M Testing (ft) 3 t ORGANIC FOREST DUFF and soft, damp, dark brown,sandy SILT with fine organic material(Topsoil)above loose,wet,brown, I silty,fine SAND with some fine roots ......................................_..........._.._.........__..._._._.._........_._............_..._.._.._....._............................................. 2 Dense, wet,brown, fine SAND with trace silt 3 S-1 28 4 Total depth=4 feet 5 No seepage or caving observed i 1 1 1 i ' Depth (feet) Material Description Sample No. TP-1 ' 0.0—3.0 Surface brush atop loose to medium dense (at 2 feet), moist,dark brown/gray, silty S-1, S-2 gravelly SAND with some angular gravel, cobbles,roots and organics (fill). 3.0—6.0 Medium dense, moist,tan-brown,gravelly SAND with some silt(probable fill). S-3 6.0—6.5 Relic topsoil. 6.5—8.0 Stiff to very stiff,moist-wet,mottled brown/gray,sandy SILT with some gravel and S-4 interbedded silty SAND. ' 8.0— 11.0 Medium dense, wet,gray,silty SAND with some gravel and interbedded sandy S-5 SILT. Test pit terminated at 11.0-feet on 3/21/00. Location of boring approximately 30-feet west and 10-feet south of outfall. Slow seepage observed at 9.5-feet. No caving observed. Note: Adjacent creek grade approximately 6-feet below test pit surface grade. Ground surface elevation= 103 feet ' Depth (feet) Material Description Sample No. ' TP-2 0.0—3.0 Surface brush atop loose to medium dense,moist,tan-brown,gravelly SAND with S-1, S-2 ' some silt(fill). 3.0—3.5 Relic topsoil. ' 3.5—6.0 Soft to medium stiff,moist-wet, dark brown/gray/black,sandy SILT with some S-3 organics,and trace gravel. ' 6.0—8.0 Stiff to very stiff,moist-wet,mottled brown/gray,sandy SILT with some gravel and S-4 interbedded silty SAND. 8.0— 10.0 Medium dense, saturated,brown,gravelly SAND to sandy gravel with some silt. S-5 Test pit terminated at 10.0-feet on 3/21/00. Location of boring approximately 100-feet west and 10-feet south of outfall. Rapid seepage observed at 8-feet. Moderate caving observed below 6-feet. Note: Adjacent creek grade approximately 4.5-feet below test pit surface grade. Ground surface elevation=90 feet APPENDIX B LABORATORY TESTING PROCEDURES AND RESULTS i 1 1 I 1 i 1 1 i 1 i 1 APPENDIX B J-686 ' LABORATORY TESTING PROCEDURES A series of laboratory tests were performed during the course of the this study to ' evaluate the index and geotechnical engineering properties of the subsurface soils. Descriptions of the types of tests performed are given below. Visual Classification Samples recovered from the exploration locations were visually classified in the field during the exploration program. Representative portions of the samples were carefully packaged in moisture tight containers and transported to our laboratory where ' the field classifications were verified or modified as required. Visual classification was generally done in accordance with the Unified Soil Classification System. Visual soil classification includes evaluation of color, relative moisture content, soil type based upon grain size, and accessory soil types included in the sample. Soil classifications are presented on the exploration logs in Appendix A. Moisture Content Determinations Moisture content determinations were performed on representative samples obtained from the exploration in order to aid in identification and correlation of soil types. The determinations were made in general accordance with the test procedures described in ASTM: D-2216. The results are shown on the exploration logs in Appendix A. ' Grain Size Analysis A grain size analysis indicates the range in diameter of soil particles included in a ' particular sample. Grain size analyses were performed on representative samples in general accordance with ASTM: D-2487. The results of the grain size determinations for the samples were used in classification of the soils, and are presented in this appendix. GRAIN SIZE DISTRIBUTION ASTM D422 SIZE OF OPENING IN INCHES U.S.STANDARD SIEVE SIZE HYDROMETER 36" 12" 6" 3" 1 VT 3/4" 3/8" 4 10 20 40 W 100 200 100 9 C� W 70 m W6 LL l'— 5 Z W U W 4 a 30 ' 2 I 1 ' 1000.00 100.00 10.00 1.00 0.10 0.01 0.00 GRAIN SIZE IN MILLIMETERS Coarse Fine Coarse Medium Fine Silt Clay BOULDERS COBBLES GRAVEL SAND FINE GRAINED Exploration Sample Depth (feet) Moisture(%) Fines(%) Description B-2 S-2, 3, 5, 6 2.5-12.5' 6 5 Sandy GRAVEL with some silt ZIPPER ZEMAN ASSOCIATES, INC PROJECT NO: J-686 PROJECT NAME: DATE OF TESTING: 3/27/00 SUNNYDALE SIP GEOTECHNICAL AND ENVIRONMENTAL ' CONSULTING RENTON,WA 1 CITY SURVEY CONTROL INFORMATION ' Env iron mental COV.DOC\ i 1 1 �Y 1 ti O 1 •• NT 1 CITY OF RENTON SURVEY CONTROL NETWORK i 1 Vertical Control 3rd Order, 1st Class North American Vertical Datum 1988 Meters 1 Horizontal Control 2nd Order, 1st Class 1 North American Datum 1983/1991 Meters 1 1 st Printing January 1995 2"d Printing January 1997 Revised & Reprinted May 2000 i 1 1 TS_SERVER//SYS2\MAPS\83m\controi\scn.doc Title 2 May,2000 TABLE OF CONTENTS SECTION I SURVEY CONTROL NETWORK DESCRIPTION.................................. i ' SURVEYING STANDARDS ............................................................1-11-1 MONUMENT CASE & COVER STANDARD PLAN.......................H031 tSECTION II MAPS,DESCRIPTIONS &VALUES SectionIndex Map............................................................................... Index Section Township Range Page 13 723N R4E WM..................................................................F2 14 T23N R4E WM..................................................................F 1 24 T23N R4E WM..................................................................G2 ' 25 T23N R4E WM..................................................................H2 36 T23N R4E WM...................................................................I2 5 T22N R5E WM...................................................................J4 ' 6 T22N R5E WM.................................................................. J5 3 T24N R5E WM..................................................................D6 4 T23N R5E WM..................................................................D5 ' 5 T23N R5E WM..................................................................D4 7 T23N R5E WM..................................................................E3 8 T23N R5E WM..................................................................E4 ' 9 T23N R5E WM..................................................................E5 10 T23N R5E WM..................................................................E6 11 T23N R5E WM..................................................................E7 14 T23N R5E WM..................................................................F7 15 T23N R5E WM..................................................................F6 ' 16 T23N R5E WM..................................................................F5 17 723N R5E WM..................................................................F4 18 T23N R5E WM..................................................................F3 ' 19 T23N R5E WM..................................................................G3 20 T23N R5E WM ..................................................................G4 21 T23N R5E WM..................................................................G5 ' 22 T23N R5E WM..................................................................G6 29 T23N R5E WM..................................................................H4 30 T23N R5E WM..................................................................H3 ' 31 T23N R5E WM...................................................................I3 32 T23N R5E WM ...................................................................I4 ' 29 T24N R5E WM ..................................................................B4 31 T24N R5E WM ..................................................................C3 32 T24N R5E WM ..................................................................C4 TS_SERVER//SYS21MAPS183m\control\scn.doc Table olContents 2 May 2000 CITY OF RENTON ' SURVEY CONTROL NETWORK The City of Renton Survey Control Network is the result of a three year project by the Technical Services Section of the Planning & Technical Services Division of the Planning/Building/Public Works Department and several private surveying firms working ' for the city. The purpose of this network is to provide an accessible common datum for all public and private projects within the city. Thus facilitating city wide infrastructure ' management and analysis and assuring compatibility between the various utility systems and system projects. This project started in 1992 with the formation of a Horizontal and Vertical Control ' Network Committee to prepare a plan for the development and maintenance of a Survey Control Network for the City. The committee members were: ' Robert Anderson PLS; Bush, Roed&Hitchings, Inc., Carrie Davis; Technical Services Section(Recorder), ' Abdoul Gafour; Utility Systems Division, Ameta Henninger; Plan Review Section, Development Services Division, Jae Lee; Transportation Systems Division, ' Robert Mac Onie; Technical Services Section(Chairman), Jon Warren PLS; Dodds Engineers, Inc., Dennis Wegenast; National Geodetic Survey. , The committee developed the standards, specifications and phasing for all ensuing work. ' All survey work meets the requirements specified by the Federal Geodetic Control Committee in Standards and Specifications for Geodetic Control Networks dated September 1984. The project was split into three phases: 1) monument recovery, 2) horizontal control and 3) vertical control. The monument recovery project was performed by Dodds Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This project identified existing Public Land Survey System corner monuments and other ' monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those located near current and proposed capital improvement projects) important to the development of a survey control network. In most cases, street centerline monuments ' were selected for both horizontal and vertical control due to stability and maintenance considerations. The second and third phases ran concurrent) during 1993 & 1994. The horizontal , P Y g control phase was executed by Bush, Roed & Hitchings, under the direction of Robert t Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning , Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington State Plane, 2nd Order, 1st Class, northing and easting values for 122 monuments in and TS_SERVER//SYS2\MAPS\83m\control\scn.doc t 2 May 2000 around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) P high recision g geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN) controlled the GPS survey. All coordinates show are "Washington Coordinate System of 1983/1991,North Zone." The vertical control phase was performed by Triad Associates, under the direction of Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class, elevations on 190 monuments in and around the City with 70 of these being horizontal control monuments as well. The leveling project was divided into seven primary interdependent loops connected at a minimum of two points with common benchmarks. Additional legs were run across the primary loops tying into two benchmarks at both ends. A total of 15 NGS benchmarks were part of the network, four of which were held in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617) and provided substantial agreement(less than or equal to 5mm)with 5 others. The City, in 1995, will have reference points set for all Survey Control Network street centerline monuments not currently referenced. Over the next several years monuments in need of upgrade will be reset as part of an ongoing maintenance program or where capital improvement projects would likely disturb them. As an adjunct to the Survey Control Network the city has developed the enclosed Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of these standards which were modified to require the use of the Survey Control Network for all public and private development projects within the city and define the responsibilities of the surveyor in the establishment of new monuments and their associated records. The standards have been reviewed by at least ten licensed surveyors for completeness and suitability. The City of Renton and its urban growth area lie between latitudes 47' 25' North to the south and 47' 32' 30" North to the north. In most cases the combined scale factor (elevation and grid scale) throughout this area can be treated as equal to 1.0000000. Table 1. shows the grid scale factors for each minute of latitude in the Renton area identified above. Please note that the relative accuracy for the grid scale factors is approximately 1 in 60,000 at 47' 25' N to the south and 1 in 111,000 at 47' 33' N to the north and thus for most survey work will have no impact on surveys covering less than 1.5 miles. r G 1 TS_SERVER//SYS2\MAPS\83m\control\.scn.doc 1t 2 May 2000 TABLE 1. LAMBERT CONFORMAL CONIC PROJECTION TABLE Washington Coordinate System of 1983/1991,North Zone for Renton Tabular. Grid Latitude Radius Difference Scale for 1" of Lat. Factor 470 25' 5807452.516 30.88355 1.00001659 470 26' 5805599.504 30.88353 1.00001310 470 27' 5803746.492 30.88352 1.00000970 470 28' 5801893.480 30.88351 1.00000638 470 29' 5800040.470 30.88350 1.00000315 470 30' 5798187.460 30.88349 1.00000000 470 3 F 5796334.450 30.88349 0.99999693 470 32' 5794481.441 30.88349 0.99999395 470 33' 5792628.431 30.88349 0.99999105 The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2 shows the scale factor due to elevation. TABLE 2. SEA LEVEL REDUCTION TABLE Renton Elevation Sea Level Feet Factor ' Sea Level 1.0000000 500 0.9999761 1000 0.9999522 The worst case relative accuracy for an elevation of 650 feet with an interpolated scale factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative accuracy of approximately 1 in 25,000. It should be noted that Washington state uses the US survey foot and the conversion between feet and meters is 3937/1200 or 3.28083333 feet per meter. An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and around Renton yields a conversion factor of+1.092 meters going from NGVD 1929 to NAVD 1988. The information in this document has been extensively reviewed but there is always the possibility that some particulars of the monument locations, descriptions or values are either misleading or incorrect. If any such errors are found please contact the City of Renton's Mapping Supervisor at -7569. This document will be updated on an ongoing basis as monuments are upgraded, added or as corrections are made. TS_SERVER//SYS2\MAPS\83m\controi\scn.doc iii 2 May 2000 City of Renton Surveying Standards City of Renton Standard Plans& Supplemental Specifications Section I A I Adopted December 16, 1996 Effective January,21, 1997 TS SERVER//_ SYS2\MAPS\83m\control\scn_doc 1-11-t 2 May 2000 Vertical Datum of 1988, and tied to at least one 1-11 Renton Surveying Standards of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks 1-11.1(1) Responsibility for surveys(RC) within 3000 feet of the project site a tie to both All surveys and survey reports shall be prepared shall be made. The benchmark(s) used will be under the direct supervision of a person shown on the drawing. If a City of Renton registered to practice land surveying under the benchmark does not exist within 3000 feet of a provisions of Chapter 18.43 RCW. project,one must be set on or near the project in All surveys and survey reports shall be prepared a permanent manner that will remain intact in accordance with the requirements established throughout the duration of the project. Source of by the Board of Registration for Professional elevations (benchmark) will be shown on the Engineers and Land Surveyors under the drawing, as well as a description of any bench provisions of Chapter 18.43 RCW. marks established. 1-11.1(2) Survey Datum and Precision 1-11.1(3) Subdivision Information(RC) (RQ Those surveys dependent on section subdivision The horizontal component of all surveys shall shall reveal the controlling monuments used and the subdivision of the applicable quarter section. have as its coordinate base: The North Those surveys dependent on retracement of a American Datum of 1983/91.All horizontal control for projects must be plat or short plat shall reveal the controlling referenced to or in conjunction with a minimum monuments, measurements, and methodology of two of the City of Renton's Survey Control used in that retracement. Network monuments. The source of the 1-11.1(4) Field Notes(RC) coordinate values used will be shown on the Field notes shall be kept in conventional format survey drawing per RCW 58.09.070. in a standard bound field book with waterproof The horizontal component of all surveys shall pages. In cases where an electronic data meet or exceed the closure requirements of collector is used field notes must also be kept WAC 332-130-060. The control base lines for with a sketch and a record of control and base all surveys shall meet or exceed the requirements line traverses describing station occupations and for a Class A survey revealed in Table 2 of the what measurements were made at each point. Minimum Standard Detail Requirements for Every point located or set shall be identified by a ALTA/ACSM Land Title Surveys jointly number and a description. Point numbers shall established and adopted by ALTA and ACSM in be unique within a complete job. The preferred 1992 or comparable classification in future method of point numbering is field notebook, editions of said document. The angular and page and point set on that page. Example: The linear closure and precision ratio of traverses fast point set or found on page 16 of field book used for survey control shall be revealed on the 348 would be identified as Point No. 348.16.01, face of the survey drawing, as shall the method the second point would be 348.16.02,etc. of adjustment. Upon completion of a City of Renton project, The horizontal component of the control system either the field notebook(s)provided by the City for surveys using global positioning system or the original field notebook(s) used by the methodology shall exhibit at least I part in surveyor will be given to the City. For all other 50,000 precision in line length dependent error work,surveyors will provide a copy of the notes analysis at a 95 percent confidence level and to the City upon request. In those cases where performed pursuant to Federal Geodetic Control an electronic data collector is used, a hard copy Subcommittee Standards for GPS control print out in ASCII text format will accompany surveys as defined in Geometric Geodetic the field notes. Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(5) Corners and Monuments(RC) August 1, 1989 or comparable classification in Corner A point on a land boundary, at the future editions of said document.. juncture of two or more boundary lines. A The vertical component of all surveys shall be monument is usually set at such points to based on NAVD 1988, the North American a TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000 physically reference a corner's location on the requirements of the project, the original will be ground. recorded with the King County Recorder. Monument Any physical object or structure of If recording is not required, the survey drawing record which marks or accurately references: shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof • A corner or other survey point established will be submitted to the City of Renton. by or under the supervision of an individual The survey drawings shall meet or exceed the per section 1-11.1(1) and any corner or requirements of WAC 332-130-050 and shall monument established by the General Land conform to the City of Renton's Drafting Office and its successor the Bureau of Land Standards. American Public Works Association Management including section subdivision symbols shall be used whenever possible, and a corners down to and including one-sixteenth legend shall identify all symbols used if each corners;and point marked by a symbol is not described at each use. • Any permanently monumented boundary, An electronic listing of all principal points right of way alignment, or horizontal and shown on the drawing shall be submitted with vertical control points established by any each drawing. The listing should include the governmental agency or private surveyor point number designation (corresponding with including street intersections but excluding that in the field notes), a brief description of the dependent interior lot comers. point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM 1-11.1(6) Control or Base Line Survey PC compatible media. (RQ Control or Base Line Surveys shall be 1-11.1(7) Precision Levels(RC) established for all construction projects that will Vertical Surveys for the establishment of bench create permanent structures such as roads, marks shall satisfy all applicable requirements of sidewalks,bridges,utility lines or appurtenances, section 1-05 and 1-11.1. signal or light poles, or any non-single family Vertical surveys for the establishment of bench building. Control or Base Line Surveys shall marks shall meet or exceed the standards, consist of such number of permanent monuments specifications and procedures of third order as are required such that every structure may be elevation accuracy established by the Federal observed for staking or "as-builting" while Geodetic Control Committee. occupying one such monument and sighting Bench marks must possess both permanence and another such monument. A minimum of two of vertical stability. Descriptions of bench marks these permanent monuments shall be existing must be complete to insure both recoverablilty monuments, recognized and on record with the and positive identification on recovery. City of Renton. The Control or Base Line 1-11.1(8) Radial and Station — Offset Survey shall occupy each monument in turn,and Topography shall satisfy all applicable requirements of (RC) Section 1-]1.1 herein. Topographic surveys shall satisfy all applicable The drawing depicting the survey shall be neat, requirements of section 1-11.1 herein. All points occupied or back sighted in legible, and drawn to an appropriate scale. North orientation should be clearly presented developing radial topography or establishing and the scale shown graphically as well as noted. baselines for station -- offset topography shall The drawing must be of such meet the requirements of section 1-11.1 herein. g quality that a The drawing and electronic listing requirements reduction thereof to one-half original scale set forth in section 1-11.1 herein shall be remains legible. observed for all topographic surveys. If recording of the survey with the King County Recorder is required, it will be prepared on 18 1-11.1(9) Radial Topography(RC) inch by 24 inch mylar and will comply with all Elevations for the points occupied or back provisions of Chapter 58.09 RCW. A sighted in a radial topographic survey shall be photographic mylar of the drawing will be determined either by 1) spirit leveling with submitted to the City of Renton and, upon their misclosure not to exceed 0.1 feet or Federal review and acceptance per the specific TS_SERVER//SYS2Vv1APS\83m\control\scn.doc 1-11-5 2 May 2000 Geodetic Control Committee third order relationship between the witness monuments and elevation accuracy specifications, OR 2) their respective corners shall be shown or trigonometric leveling with elevation differences described on the face of the plat or survey of determined in at least two directions for each record, e.g., "Tacks in lead on the extension of point and with misclosure of the circuit not to the lot side lines have been set in the curbs on exceed 0.1 feet the extension of said line with the curb." In all other cases the corner shall meet the 1-11.1(10) Station—Offset Topography requirements of section 1-11.2(1)herein. (RQ All non corner monuments, as defined in 1- Elevations of the baseline and topographic points 11.1(5), shall meet the requirements of section shall be determined by spirit leveling and shall 1-11.2(2)herein. If the monument falls with in a satisfy Federal Geodetic Control Committee paved portion of a right of way or other area,the specifications as to the turn points and shall not monument shall be set below the ground surface exceed 0.1 foot's error as to side shots. and contained within a lidded case kept separate ' 1-11.1(11) As-Built Survey(RC) from the monument and flush with the pavement All improvements required to be "as-built" (post surface,per section 1-11.2(3). construction survey) per City of Renton Codes, In the case of right of way centerline monuments TITLE 4 Building Regulations and TITLE 9 all points of curvature (PC), points of tangency Public Ways and Property, must be located both (PT), street intersections, center points of cul de horizontally and vertically by a Radial survey or sacs shall be set. If the point of intersection, PI, by a Station offset survey. The"as-built" survey for the tangents of a curve fall within the paved must be based on the same base line or control portion of the right of way, a monument can be survey used for the construction staking survey set at the PI instead of the PC and PT of the for the improvements being "as-built". The "as- curve. built" survey for all subsurface improvements For all non corner monuments set while under should occur prior to backfilling. Close contract to the City of Renton or as part of a City cooperation between the installing contractor and of Renton approved subdivision of property, a the"as-builting"surveyor is therefore required. City of Renton Monument Card (furnished by All "as-built" surveys shall satisfy the the city) identifying the monument; point of requirements of section 1-11.1(1) herein and intersection(PI),point of tangency(PT),point of shall be based upon control or base line surveys curvature (PC), one-sixteenth corner, Plat made in conformance with all of section 1-11.1 monument, street intersection, etc., complete and 1-11.3(1)herein. with a description of the monument, a minimum The field notes for "as-built" shall meet the of two reference points and NAD 83/91 requirements of section 1-11.1(4) herein and coordinates and NAVD 88 elevation shall be submitted with stamped and signed "as-built" filled out and filed with the city. drawings which includes a statement certifying the accuracy of the"as built". 1-11.2 Materials The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be 1-11.2(1) Property/Lot Corners(RC) observed for all"as-built"surveys. Comers per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter 1-11.1(12) Monument Setting and rebar 24 inches in length,durable metal plugs or Referencing(RC) caps, tack in lead, etc. and permanently marked All property or lot corners, as defined in 1- or tagged with the surveyor's identification 11.1(5), established or reestablished on a plat or number. The specific nature of the marker used other recorded survey shall be referenced by a can be determined by the surveyor at the time of permanent marker at the corner point per 1- installation. 11.2(1). In situations where such markers are 1-11.2(2) Monuments(RC) impractical or in danger of being destroyed,e.g., Monuments per 1-11.1(5) shall meet the the front corners of lots, a witness marker shall requirements as set forth in City of Renton be set. In most cases, this will be the extension Standard Plans page H031 and permanently of the lot line to a tack in lead in the curb. The TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000 marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover (RC) Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. i TS SERVER//SYS2\"S\8 -_ 3m\conUoi�scn.doc 1-11 5 2 May 2000 �r WON no ms a m W/7ZI A<4<20,2c`GYNSAND Q�ie P�t7��//tiC �i uM ' Baas C4P I t I a'• s t T—coMpAc CoEl/QT/ rt/ ;;I SAND AMO NUMEit?'lT�llL. NOTE: Monument Case & Cover 1. STANDARD MONUMENT CASE AND COVER WASHINGTON STATE DEPARTMENT OF HIGHWAYS 1976. 2. THE CASTINGS SHALL BE GRAY-IRON CASTINGS, AST14 DESIGNATION A-48, CLASS 40, THE COVER AND SEAT SHALL BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE. 3. WHEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAVEMENT, A CEMENT CONCRETE BASE WILL NOT BE NECESSARY. ADOPTED 4. SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATION SECTION 7-05.3(1) FOR S*, C\,),� ADJUSTMENTS TO GRADE. CITY OF RENTON STANDARD PLANS LST DATE:1-Feb-89 DWG NAME: HR-04 SP PAGE: I•10'" :_ _-___ __:__--:__ = :_-_ -_-_ _ ________________________ ------------------------------- 18 T24N R5E 16 T24N R5E 15 T24N R5E 14 T24N R5E 13 T24N R5E ism —------------- A A3 A A6 A7 A8 ----------- 15 T24N R5E T24N FA 0 23 T24N ----- E 21 T24N R5E 5E 22 T244 R5E 23 T24N R5E - - --- ------- 19 T24N R5E - ------------ --------------- 24 T24N R5E -KK�K� 2 B--- ---------- B 5 B 6 B 7 B 8 R4E 30 T24N 4 28 T24N R5E 7 T24N R5E 26 T24N R5E 25 T24N R5E ----------------------- _:_________ ____ __ __:_______-:____ :_ _:_ ___: 4 ...... -- -------— ---- ----------—. o C 6 C 7 C8 35 T24N -------- 32 T24 R5 E R5E 35 T24N R5E 36 T24N R5E - --------- _ __=: - =___ 4 :: _ ------------------ - --- DA D8 2 T23N R4E I T23N R4E - - -- - rP A T7a R 2 T23N R5E I T23N R5E------- - ----------- 1 2 E fi 7 E8 T 3 12 T23N E O9T23N 5E 8 R5 9 T23N P 5E 10 N I R5E 12 T23N R5E ol � � 5 6 7 F8 �\14 T23N R E 1833T23N T23N R5E 16 T2 E R T23N R5E 14 T23N R5E 13 T23N R5E sr ps< 3 � 4 R� VA G 2 N a 4 3 R4E 1 3N E E 21 T23 22 T23N R5E 23 T23N R5E 24 T23N R5E � � � � �s, AH5 6 H7 H8 T2 N R4E 23 R4E 30 3 5E 23N 5E o IL3RJ RE i "I 4LOO� 26 T23N R5E 25 T23N R5N 35 T23 E 12� 1;41 1 1-a 17 18 RE 36 T23N R4E 32 T23rj 5E 33 T23N 34 T23N SE 35 T23N 36 T23N R5E - -____ 1 J 2 3 J == J 5 a ===---=_ _______ _ T22N R4E 1 T22N R4E r22 R5E E CITY OF RENTON SURVEY CONTROL NETWORK MONUMENTS & BENCHMARKS INDEX 16 TZ3N R5E NE 1/4 -2398+ iE �. 17 - -43- `----------- - i 1 176 1 � t -- j 479 - J 480 a xx 481 +107 -1514 � 1 17-. Y-_105� - ----- ' - +1+/ �} +2426-.,�- 21 +110 1588 +14 / 589 \ G5 - 21 MN RM NE 1/4 LEGEND CITY OF RENTON 1111 SURVEY CONTROL NETWORK ® Horizontd & V"cd MONUMENTS & BENCHMARKS 2®2 Horizontd Only •®zY o TECHNICAL SERVICES 3®3 � PLANNINGBUILDING/PUBLIC WORKS OZ/14/00 Momment Renton City Lknift F 5 11:54M 16 T23N R5E SE 1/4 SECTION 16 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983191 Meters Vertical: NAVD 1988 Meters 478 Location: Found a 1/4" bronze pin on a chipped concrete post monument down 0.65' in a monument case at the constructed intersection of SE 2nd Place and Union Avenue S. Monument: 1/4 IN BRONZE PIN ON CHIPPED CONC MON, IN CASE, DN. 0.65' NORTHING: 54382.026 EASTING: 399701.012 ELEVATION: 119.182 612 NW Corner 16 T23N R5E Location: Found a 3/8"copper plug and a punch on a 4"x4"concrete post monument down 0.45' in a monument case at the constructed centerline of Edmonds Avenue NE approximately 160' south of Ferndale Avenue NE. See City of Renton monument reference card number 612. Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.45' NORTHING: 55213.302 EASTING: 398098.887 ELEVATION: 79.269 1502 N 1/4 Corner 16 T23N R5E Location: Found a 2"flat brass disc with a punch mark in a 4"diameter pipe filled with concrete down 0.6' in a monument case at the constructed centerline of NE 4th Street& Monroe Avenue NE. See City of Renton monument reference card number 98 and 1502. Monument 2 IN BRASS DISC W/PUNCH ON 4 IN CONC FILLED PIPE, IN CASE, DN. 0.6' NORTHING: 55202.256 EASTING: 398907.471 ELEVATION: 104.057 F5-1 ES • 9 TZ3N R5E SE 1/4 -502 ►:NE 4th St. 1-5 1 1 I-J �l I 5+ 1586 130 GlE. 0 7 + NE 2nd St. (34 1 -----'tl2lO z 2188 z -8-85-- 2-40?+.+ 23994+17 F ! 774+ ?3911 - + ::D 1---,1773' P,JL7, 4-17ji 176- 16 T23N R5E SE V4 LEGEND CITY OF RENTON 1111 SURVEY CONTROL NETWORK Ho&ontcd & V"cal 2222 MONUMENTS & BENCHMARKS ® Hodzomcd only TECHNICAL SERVICES 3333 1 • PLANNING/BUELDING/PUBLIC WORKS vertical only 02/14/00 Monument 0 450 9w ___ Re ton Uffift F 5 1 1:54M 16 T23N R5E NE 1/4 16 T23N RSE NW V4 D z z 16 233 +109 +107 t1l 93 X _�06 _ P� j 0 -------- + 12, .2 -4 'V --7 G5 - 21 T23N RSE NW V4 LEGEND CITY OF RENTON ® Horizontal & Vertical SURVEY CONTROL NETWORK 2222 MONUMENTS & BENCHMARKS ® Horizontal Only ,' TECHNICAL SERVICES 3 333 CD VsWwal Only PLANNING/DUELDING/PUBLIC WORKS 02/14/00 Monument 450 900 Renton City Lkits F5 1:54 16 T23N R5E SW 1/4 ES - 9 MN R5E-sw 1/ 2t66 --� +1541 +� v"L I+t2163 _ 612 j. + ,9 2165+ + } rt } I t2 2 64 `H.- 717 1 L!! i . ---- 8 -.71 + N i ;15 v i+ 1302 2634 +1318 -- ' + 4 9 3 6 - ; 317 j ; 16 - —=— -- � 2288 7314 2287�� J t 0 o i I 1884Y1210 ! • �\ ��. pal 16 n3N Rm SW 114 LEGEND CITY OF RENTON 1111 SURVEY CONTROL NETWORK ® Horizontal & vertical M MONUMENTS & BENCHMARKS 2®2 Horizontal only ti�Y o TECHNICAL SERVICES 3333 PLANNINGBUII.DING/PUBLIC WORKS ® Vertical Only 0?./14/00 Monument Renton City F5 Il=� 16 T23N R5E NW 1/4 SECTION 17 T23N R5E W.M. . 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1972 Location: Found a steel pin in lead plug on a stone monument with carved "cen"down 0.9' in a monument case in the parking lot of Cedar River Park approximately 168'easterly and 60'southerly of the northeasterly building corner of the City of Renton Community Center. Monument: LEAD PLUG & STEEL PIN ON STONE MON W/CARVED[CEN], IN CASE, DN. 0.9' NORTHING: EASTING: ELEVATION: 14.657 2123 Location: Found a standard National Geodetic Survey (NGS) bench mark brass disc, NGS archive no. SY0624, stamped "Q 462 1973", set vertically in the southerly face of the brick wall of the U.S. Post Office mail handling building, , approximately 1.5' easterly of the southwest corner of the building, located at the northeasterly corner of Houser Way&Williams Avenue S, approximately 4.0' above the ground. Monument NGS DISC VERT IN WALL OF POST OFFICE, STA Q462 NORTHING: EASTING: ELEVATION: 13.750 2184 tJ to Co V I-+ ZZ N 'Se— Location: Found a railroad spike with a punch mark in the old street surface down 0.3' in a 4" diameter steel riser with no lid flush the existing paving lift in the constructed centerline of Burnett Avenue N approximately 12' southerly of the constructed intersection of N 4th Street and Burnett Avenue N Monument: RR SPIKE W/PUNCH NORTHING: EASTING: ELEVATION: 9.286 F4-6 SECTION 16 T23N R 5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1503 NW Corner 15 T23N R5E Location: Found a 1/8"copper pin in a concrete post monument down 0.7' in a monument case at the constructed intersection of NE 4th Street& Union Avenue NE. Monument: 1/8 IN CU PIN ON CONC MON, IN CASE, DN. 0.7' NORTHING: 55189.601 EASTING: 399714.506 ELEVATION: 122.231 1520 Location: Found a hub and tack in a monument case approximately 100 feet NE of intersection of SE 5th St. and Maple Valley Hwy. Monument: HUB &TACK IN CASE NORTHING: EASTING: ELEVATION: 19.069 1884 Location: SUPERNET STATION HAFF- Found a standard National Geodetic Survey (NGS) horizontal control brass disc stamped "HAFF-1990", in the top of a round concrete monument that is flush with the ground surface in the median strip at the northeast comer of a parking lot at the King County Public Works facility at 155 Monroe Avenue NE, approximately 116'westerly of the projected westerly side of building A, approximately 53' southeriy of an east- west chain link fence, approximately 12' southerly of the northerly end of the median strip, approximately 9'southerly of a fire hydrant and approximately 5' northerly of a witness post. This monument has a Bush, Roed & Hitchings (BRH) GPS station designation No. HAFF. Monument: 3-1/2 IN BRASS DOME W/PUNCH ON CONC M ON, FLUSH NORTHING: 54784.236 EASTING: 398798.362 ELEVATION: 103.916 r F5-2 1 SECTION 16 T23N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 1885 Location: Set PK nail on as-built centerline of Union Avenue Northeast. 175 feet south of intersection of Northeast 2nd. Monument: PK NAIL NORTHING: 54738.893 EASTING: 399706.928 ELEVATION: 1888 Location: Photo control panel at PC monument on Maple Valley Highway 1,000 feet east of intersection Southeast 5th. Set brass disk set in concrete inside a 2" iron pipe in monument case with photo panel marks Monument: BRASS DISC IN CONC. INSIDE 2 1N. IRON PIPE IN MON. CASE NORTHING: 53846.657 EASTING: 398649.065 ELEVATION: 19.978 1897 Location: Found a 1/8" pin down 0.8' in concrete monument in 8" monument case approximately 150'from intersection of SE 5th St. and Newport Ave SE on centerline of SE5th St.; 29'off NW corner of a park's fence Monument: 1/8 IN PIN IN CONC. DN 0.8' IN MON. CASE i NORTHING: 53842.786 EASTING: 399091.042 ELEVATION: 1936 Location: Top of copper tack set in concrete monument at intersection of N.E. 4th Street and Jefferson Avenue N.E. Monument: COPPER TACK SET IN CONC MON NORTHING: EASTING: ELEVATION: 99.483 , F5-3 i 1 1 1 i 1 ' EASEMENTS Env ironmentalCOV.DOC\ Return Address: City Clerk's Office City of Renton 1055 South Grady Way Renton, WA 91055-3232 Title: Temporary Construction Property Tax Parcel Number: 162305902205 Agreement Project File#: SWP-27-2831 Project Name: Sunnydale Downstream Storm System Replacement Project Grantor(s): Grantee(s): 1. West Coast Mgmt. Inc. 1. City of Renton, a Municipal Corporation The Grantor,for and in consideration of mutual benefits,does by these presents,grant,unto the City of Renton,a Municipal Corporation,Grantee herein,its successors and assigns,permission to use for public purposes with necessary appurtenances over,under,through,across and upon the following described real estate,for Right-of-Way purposes,situated in the County of King,State of Washington: LEGAL DESCRIPTION: A portion of the NE '/4 of the SE '/4 of Section 16,Township 23 N, Range 5 E, W.M., King County described as follows: Commencing at the Southwest corner of said subdivision;thence N 1'04' 11"E along the west line therof 175.00 feet to the point of beginning of said easement;thence N 53°33'42.7"E a distance of 106.00 feet; thence N 90`00' 00"E a distance of 20.00 feet;thence S 00'00' 00"E a distance of 20.00 feet;thence S 90'00' 00"W a distance of 20.00 feet;thence S 53°33' 42.7"W a distance of 106.00 feet;thence N 1`04' 11" E a distance of 20.00 feet more or less to the point of beginning. For the purpose of constructing,reconstructing,installing,repairing, replacing,maintaining 105 feet of buried 18-inch corrugated HDPE storm pipe. In addition,approximately 10 feet of existing chain link fence will be removed to allow excavation and installation of storm pipe. The fence shall be restored to its original condition ' at the completion of work. The Grantee shall, upon completion of any work within the property covered by the agreement,restore the surface of the agreement, and any private improvements disturbed or destroyed during execution of the work, as nearly as practicable to the condition they were in immediately before commencement of the work or entry by the Grantee. This permit shall become effective upon execution by the Grantor from date hereof, and shall continue for one year. IN WITNESS WHEREOF, said Grantor has caused this instrument to be executed this l2— day i of M �� , 2002- ' PERMITS I DEPARTMENT OF THE ARMY SEATTLE DISTRICT,CORPS OF ENGINEERS ' P.O.BOX 3755 SEATTLE,WASHINGTON 98124-3755 REPLY TO ' ATTENTION OF FEB 6 2002 Regulatory Branch RECEIVED FEB 6 2002 UTY OF RENTON UTILITY SYSTEMS City of Renton, Surface Water Utility ATTN: Allen Quynn, Project Manager 1055 South Grady Way Renton, Washington 98055 Reference: 2000-4-01383 Renton, City of Ladies and Gentlemen: This letter is in response to your application requesting Department of the Army authorization to replace a storm-water pipeline and install an energy dissipater at the outfall of the pipeline in an unnamed tributary to the Cedar River at Renton, Washington. The regulations which govern our permit program contain a series of Nationwide Permits (NWPs). Each NWP authorizes a specific category of work, provided certain conditions are met. The NWP 18 (Federal Register, December 13, 1996, Vol. 61, No. 241 and/or March 9, 2000, Vol. 65, No. 47) authorizes "Minor Discharges." The entire text of NWP 18 including its specific regional conditions is enclosed. ' The NWP 18 authorizes the above-described proposed project. The work must be performed as depicted on the enclosed drawings and in accordance with the enclosed general conditions and the special conditions listed below in order to remain authorized by the NWP. Endangered Species Act Compliance: I have completed the necessary coordination under Section 7 of the Endangered Species Act (ESA). I have added the following special conditions to your permit: a. You must implement the Endangered Species Act (ESA) requirements and/or agreements set forth in the Renton Sunnydale Downstream Storm System Replacement Project, dated October 2000, in its entirety. The U.S. Fish and Wildlife Service (USFWS) concurred with a finding of"may affect, not likely to adversely affect"based on this document on August 30, 2001 (USFWS Reference Number 1-3-01-I-1459). The National Marine Fisheries -2- Service (NMFS) concurred with a finding of"may affect, not likely to adversely affect"based on this document on January 14, 2002 (NMFS Reference Number WSB-0I-163). Both agencies will be informed of this permit issuance and will enforce any known violations of the ' commitments made in this document pursuant to the ESA. b. In order to protect Chinook salmon and bull trout, in-water work shall only occur during ' the period of July 1 through August 31 of any year. No in-water work shall occur from September 1 through June 30 of the following year. The State of Washington has partially denied 401 Water Quality Certification(WQC) and Coastal Zone Management (CZM) Consistency Response under certain conditions. You need to check with the Washington State Department of Ecology(State) to determine any further 401 WQC and CZM requirements. Please telephone or send your plans to the following address prior to starting work: Washington State Department of Ecology Northwest Regional Office 3190— 160th Avenue Southeast Bellevue, Washington 98008-5452 Telephone (425) 649-7145 You must send us a copy of the individual 401 WQC and CZM Consistency Response authorizations for our file. In order for this NWT to be valid, you must comply with any conditions the State includes in their 401 WQC and CZM Consistency Response. You may then proceed to construction. If more than 180 days pass and the State has not responded to your individual 401 WQC ' and CZM Consistency Response request, the 401 WQC and CZM Consistency Response become waived. To confirm this, you must send us a copy of only your 401 WQC application and then receive a letter from the U.S. Army Corps of Engineers before proceeding with your proposed work. This NWP verification will be valid for 2 years from the date of this letter or unless the NWPs are modified, reissued, or revoked. If the authorized work has not been completed by that date, you should contact us to find out what permit requirements are then in effect. iIf the project meets all the conditions, you will need no further authorization from us for the above-described project. You must still comply with other Federal, State, and local requirements -3- which may pertain to the project. When you have finished the work, please fill out and return the enclosed compliance statement. If you have any questions,please contact me at telephone (206) 764-6910. Sincerely, Jonathan Smith, Project Manager Application Review Section Enclosures i 1 HYDRAULIC PROJECT APPROVAL State of Washi ngton D Via/ RCW 77.55.100 Department of Fish and Wildlife ' Region 4 Office Far 16018 Mill Creek Boulevard lalm Mill Creek,Washington 98012 DATE OF ISSUE: October 26, 2000 LOG NUMBER: 00-E7746-01 PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Renton Not Applicable RECEIVE® Surface Water Utility ATTENTION:Allen Quynn OCT Z 7 20 1055 South Grady Way Renton,Washington 98055 CITY OF RENTON (425)430-7247 UTILITY SYSTEMS Fax: 425 430-7241 PROJECT DESCRIPTION: Replace Stormwater Conduit and Install Outfall PROJECT LOCATION: North and east of Southeast 5' Street,off Renton-Maple Valley Highway,Renton, Washington 9 WRI WATER BODY TRIBUTARY TO 1/4 SEC. SEC, TOWNSHIP RANGE COUNTY 1 08.0299 Unnamed Creek Cedar River SE 16 23 North 05 East King PROVISIONS 1. TIMING LIMITATIONS: The project may begin immediately and shall be completed by September 30,2002, provided that construction involving the stream,including removal of the existing pipe and installation of the new outfall,shall occur only between June 16 and September 30. 2. Work shall be accomplished per plans and specifications entitled,"SUNNYDALE DOWNSTREAM STORM IMPROVEMENT PROJECT",dated September 2000,and submitted to the Washington Department of Fish and ' Wildlife(WDFW),except as modified by this Hydraulic Project Approval. These plans reflect design criteria per ChaY.er 220-110 WAC. These plans reflect mitigation procedures to significantly reduce or eliminate impacts to fish resources. A copy of these plans shall be available on site during construction. ' 3. The outfall structure shall be constructed to prevent the entry of fish. 4. The point of discharge shall be armored to prevent scouring. 5. Excavation for the placement of the structure or armoring materials shall be isolated from the wetted perimeter. 6. Alteration or disturbance of the bank and bank vegetation and wetlands and wetland vegetation shall be limited to that necessary to construct the project. Within seven calender days of outfall installation, all disturbed areas shall be protected from erosion using vegetation or other means. Within one year of project construction,the disturbed areas within the stream riparian zone,including the quarry spall outfall pad,shall be revegetated with native woody species approved by WDFW. Vegetative cuttings shall be planted at a maximum interval of three feet(on center). Plantings shall be maintained as necessary for three years to ensure 80 percent or greater survival. 7. If at any time, as a result of project activities,fish are observed in distress, a fish kill occurs,or water quality problems develop(including equipment leaks or spills), operations shall cease and WDFW at(360) 534-8233 and Page 1 of 3 HYDRAULIC PROJECT APPROVAL State of Washington moo/ RCW 77.55.100 Department of Fish and Wildlife Region 4 Office YN d 16018 Mill Creek Boulevard WU]K Mill Creek,Washington 98012 DATE OF ISSUE: October 26.2000 LOG NUMBER: 00-E7746-01 Washington Department of Ecology at(425)649-7000 shall be contacted immediately. Work shall not resume until ' further approval is given by WDFW. 8. Erosion control methods shall be used to prevent silt-laden water from entering the river and/or any wetlands associated with the river. These may include,but are not limited to,straw bales,filter fabric,temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. 9. Prior to starting work,temporary filter fabric, straw bale,or pea gravel-filled burlap bag check dam(s)shall be installed downstream. Accumulated sediments shall be removed during the project and prior to removing the check dam(s)after completion of work. ' 10. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the ordinary high water line to allow removal of fine sediment and other contaminants prior to being discharged to ' the stream and/or associated wetlands. 11. All waste material such as construction debris,silt,excess dirt or overburden resulting from this project shall be deposited above the limits of flood water in an approved upland disposal site. 12. If high flow or adverse weather conditions that may cause siltation are encountered during this project,work shall stop until the flow subsides or weather improves. 13. Extreme care shall be taken to ensure that no petroleum products,hydraulic fluid,fresh cement, sediments, sediment- laden water,chemicals,or any other toxic or deleterious materials are allowed to enter or leach into the stream and/or ' associated wetlands. SEPA: DNS by City of Renton final June 21,2000 APPLICATION ACCEPTED: October 26,2000 ENFORCEMENT OFFICER: Peck 024 [P3] ' Larry Fisher (425)649-7042 for Director Area Habitat Biologist ' GENERAL PROVISIONS ' This Hydraulic Project Approval(HPA)pertains only to the provisions of the Fisheries Code(RCW 77.55). Additional authorization from other public agencies may be necessary for this project. This HPA shall be available on the job site at all times and all its provisions followed by the permittee and operator(s)performing the work. This HPA does not authorize trespass. The person(s)to whom this HPA is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this HPA. Page 2 of 3 r HYDRAULIC PROJECT APPROVAL State of Washington d RCW 77.55.1U0 Department of Fish and Wildlife Region 4 Office FISH and 16018 Mill Creek Boulevard EMN Mill Creek,Washington 98012 DATE OF ISSUE: October 26.2000 LOG NUMBER: 00-E7746-01 Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge,possibly punishable by fine and/or imprisonment. All HPAs issued pursuant to RCW 77.55.100 or 77.55.160 are subject to additional restrictions,conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All HPAs issued pursuant to RCW 77.55.103 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER,that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.130. APPEALS-GENERAL INFORMATION ' IF YOU WISH TO APPEAL A DENIAL OF OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE. A. INFORMAL APPEALS(WAC 220-110-340)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100, 77.55.103,77.55.106,AND 77.55.160: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA;or ' (B) An order imposing civil penalties. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level,but if not,you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North,Olympia,Washington 98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or issuance of a HPA or receipt of an order imposing civil penalties. The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results of this informal appeal,a formal appeal may be filed. B. FORMAL APPEALS(WAC 220-110-350)OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR 77.55.106: A person who is aggrieved or adversely affected by the following Department actions may request an formal review of: (A) The denial or issuance of a HPA,or the conditions or provisions made part of a HPA; ' (B) An order imposing civil penalties;or (C) Any other"agency action"for which an adjudicative proceeding is required under 1;e Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife,600 Capitol Way North, Olympia,Washington 98501-1091,shall be plainly labeled as"REQUEST FOR FORMAL APPEAL"and shall be RECEIVED DURING OFFICE HOURS by the Department within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal,the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.103 or 77.55.160: A person who is aggrieved or adversely affected by the denial or issuance of a HPA,or the conditions or provisions made part of a HPA may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office,4224 Sixth Avenue SE,Building Two-Rowe Six,Lacey,Washington 98504;telephone 360/459-6327. D. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL,THE DEPARTMENT ACTION SHALL BE FINAL AND UNAPPEALABLE. Page 3 of 3 sTAre of O p y Jr S c� O �yt leas� ' STATE OF WASHINGTON DEPARTMENT OF ECOLOGY Northwest Regional Office • 3190 160th Avenue SE • Bellevue, Washington 98008-5452 (425) 649-7000 ' March 15, 2002 ' Allen Quynn - City of Renton Surface Water Utility 1055 S. Grady Way Renton, WA 98055 Dear Mr. Quynn: ' Re: U.S. Army Corps of Engineers Reference #2000-4-01383 Nationwide Permit 418 to authorize replacement of a stormwater pipeline and ' install energy dissipater at the outfall, Renton, King County, Washington. This letter is to confirm that the above-referenced project will not require an individual water quality certification from the Department of Ecology. Your project does not meet the state criteria for requiring a certification under Nationwide Permit 18. ' Pursuant to Section 307(c)(3) of the Coastal Zone Management Act of 1972, as amended, we concur with the applicant's determination that this activity is consistent to the maximum extent practicable with the enforceable policies of Washington's Coastal Zone Management Program and will not result in any significant impacts to the State's coastal resources. Please note this verification does not exempt, and is provisional upon compliance with other statutes and codes administered by federal, state and local agencies. Please call me at(425) 649-7145 if you have questions or would like more information. ' Sincerely, Alice Kelly Federal Permit Coordinator Shorelands and Environmental Assistance Program ' AK:ak cc: Jonathan Smith, Corps of Engineers City of Seattle ' Paul Schell, Mayor Seattle City Light Gary Zarker, Superintendent August 3, 2000 RECEIVED Allen Quynn, Project Manager AUG - 4 2000 ' Surface Water Utility CITY OF RENTON 1055 South Grady Way UTILITY sys-rF-tus Renton, Washington 98055 Dear Mr. Quynn: Consent P.M.# 2 -30516-4 OOlA - Crtv of Renton Sunnydale Downstream Storm Drainage System The City of Seattle, City Light Department has reviewed and consents to your request ' for the required improvement of the existing City of Renton Sunnydale Downstream Storm Drainage System, over the following described property: ' That portion of Seattle City Light's Bothell-Maple Valley Transmission line, which lies between Transmission Line Towers B 26/2 S and B26/14 S and the consent area is more particularly described as follows: That portion of the Southeast '/a of Section 16, Township 23 North, Range 5 East of W.M., in King County, Washington,being a strip of land 15 in width having 7.50 feet of such side of the centerline described as follows: Commencing at the center of said subdivision; thence North 1'04'11' East along the East line thereof 165.61 feet to the point of ' beginning hereinafter Point"A"of said consent area and centerline; thence South 53°33'42.7"West a distance of 41.40 feet; thence South 70°21'47.9" West a distance of 77 feet more or less to the Westerly boundary of said consent area which is coincidental with the Westerly boundary of the existing Seattle City Light easement. ' Also that portion described as follows: Commencing at said Point"A"; thence North 53°33'42.7"East a distance of 106.00 feet more or less; thence North 90°00'00"East a distance of 20 feet tot he Easterly boundary of easement which is coincidental with the Easterly boundary of existing Seattle City Light easement. 700 Fifth Avenue,Suite 3300,Seattle,WA 98104-5031 Tel:(206)684-3000,TDD:(206)684-3225,Fax:(206)625-3709 ' An equal employment opportunity,affirmative action employer.Accommodations for people with disabilities provided upon request. This consent is conditioned upon and subject to all of the terms and condition as set forth within Seattle City Lights existing transmission line easement and additionally upon: Contacting Mr. Arvid Stendal, (206-979-3824) Seattle City Light Vegetation Management & Right of Way maintenance representative arraigning for a Pre-Construction conference prior to any initial commencement of any work to be preformed within the Seattle City Light Right of Way easement.. The of City of Renton's above described use of the easement area has been determined not to be a hazard to or interfere with the City of Seattle's present use of this easement for electric transmission line purposes. Accordingly,there is no objection to such use, subject to the condition,however, that if such use should at any time become a hazard to the presently ' instalIed electrical facilities of the City of Seattle, or any facilities added or constructed in the future, or should such use interfere with the inspection, maintenance, or repair of the same, or with the access along such easement, you will be required to remove or relocate such hazard or interference at your own expense. The City of Renton will have to assume all risk of loss, damage or injury, which may result ' from your use of the easement area,except for such loss, damage, or injury as the City of Seattle may be responsible for as provided by law. It is understood that any damage to the City of Seattle's property,caused by or resulting from your use of the easement tract may be ' repaired by the City of Seattle and the actual cost of such repair shall be charged against and be paid by you. It is understood that any rights granted you hereunder are subject to existing rights,if any, of other parties. In consenting to the use of the right-of-way for this purpose,the City of Seattle does not waive or subordinate any of the rights and privileges granted to the City by easements for transmission line purposes. ' Sincere Stephen E. Hagen, Manager ` ' Real Estate Services 700 Fifth Avenue,Suite 3300,Seattle,WA 98104-5031 Tel:(206)625-3000,TTY/TDD:(206)684-3225,Fax:(206)625-3709 An equal employment opportunity,affirmative action employer.Accommodations for people with disabilities provided upon request. OLYMPIC PIPE LINE COMPANY 2319 LIND AVE. S.W. RO. BOX 1800 RENTON,WASHINGTON 98057 (425)235-7736 RECEIVE® JUL 13 ' CITY OF RENTON July 12, 2000 UTILITY SYSTEMS Allen Quynn City of Renton 1055 South Grady Way ' Renton, WA 08055 ' RE:: Sunnydale Downstream Storm System Replacement Project Dear Mr. Quynn: We have reviewed your plans dated June 20, 2000, our comments are as follows; ' We require an Olympic representative on site when any work is being performed across or over our pipeline. You must maintain a 12" vertical separation clearance. Enclosed is a copy of our General Right of Way Stipulations and Requirements. If you have any further questions or comments you can reach me at 425-235-7767 or via e- mail at reedkeCcDbp.com. Sincer ly, ' Kathy Reed Right of Way Specialist ' Olympic Pipe Line Company General Right of Way Stipulations and Requirements ' We submit the following requirements to prevent conflict with our easement rights: 1. The filing and recording of any subdivision plat should stipulate and describe Olympic's easements, and the deeds and titles to all subdivision lots shall designate Olympic's easement as encumbering said lots. ' 2. Olympic's easements restrict the placement or construction of any permanent structures, underbrush, trees,fences, or other structures,which would interfere with the operation and maintenance of the pipeline(s). Roadways may cross, but not parallel over the easement. API-1102 calculations for loadings due to road or railroad crossings must be submitted as part of the ' developer's construction plans. See item 8. 3. Any required relocation or encasement of Olympic's pipeline(s)will be at the developer's expense. 4. Development grading should not remove any of the existing ground cover from or add excessive fill over the pipeline(s). Olympic's prior approval to add fill is required. 5. Developers will be required to coordinate design of any utilities crossing Olympic's easement to meet Olympic's clearance requirements. Upon developer's request, Olympic will coordinate a meeting by our field representative with developer's engineers to determine the depth and location of the existing pipeline(s) at any proposed utility and street crossing. 6. The ground cover and clearances for utility line crossing of the pipeline(s)are as follows: a) Minimum ground cover outside roadways:Three feet(3') ' b) Minimum cover at street gutter flow line or barrow ditch:Three feet(3') c) Water,sewer, and gas service line crossings: 12 inches(12")vertical separation clearance d) Underground telephone conduit:twelve inches (12") minimum clearance. e) Underground electrical conduit:twelve inches(12") minimum clearance,with conduit encased with red-colored concrete five ' feet(6)each side of pipeline(s). 7. A cathodically protected utility,which crosses or is placed adjacent to Olympic must install a test point and perform interference testing between the utility and Olympic. You may contact our Corrosion Technician by calling our Renton office at(425)226- ' 8883. 8. Olympic requires detailed construction plans for any work within the easement. Olympic requests at least 10 working days for review and comments/approval of plans. Plans should be submitted to: Olympic Pipe Line Company, Field Project Office, 2319 Lind Ave. SW, Renton,WA 98055. 9. Developer's contractors are to provide Olympic Pipe Line Company with forty-eight(48) hours prior notice of any grading or underground crossing over the pipeline(s). Notice to Olympic does not relieve the contractor of any notification responsibility to Call Before You Dig jurisdictions. 10. Olympic's easements restrict the placement of any structure within the easement. This includes concrete thrust blocks, fire hydrants or catch basins within our right of way. Federal DOT Requirements: ' 195.210 Pipeline location: No pipeline may be located within 50 feet of any private dwelling, or any industrial building or place of public assembly in which No work, congregate, or assemble, unless it is provided with at least 12 inches of cover in addition to that prescribed in 195.248. ' 195.248 Cover over buried pipeline The pipeline must be installed so that the cover between the top of the pipe and the ground level, roadbed, river bottom, or sea bottom, as applicable, complies with the following: ' Industrial, commercial, and residential areas For normal excavation—36" For rock excavation—30" ' Drainage ditches at public road and railroads For normal excavation—36" For rock excavation—36" Telephone numbers: (425)235-7767 OPL Field Project Office (425)483-9022 OPL One Call Fax ' (425)271-5320 OPL Renton Fax (425)481-1666 OPL Woodinville Office (888)271-8880 OPL 24 hour/emergency only The above comments and stipulations are submitted only as minimum requirements to avoid conflict with existing easement rights. Olympic reserves the right to impose further stipulations or requirements consistent with each individual easement. Should you anticipate any problems regarding these requirements, please advise the Olympic Right of Way office at the earliest opportunity. KERI\ROW STIP-REQ 6/3/2002 ' STANDARD DETAILS AND PLANS ' DETAILPI,ANCOV.DOC\ Mli Frame and grate NOTES or ring and cover 1. Handholds in riser or adjustment section shall have 3" MiN a Z i�' Riser or clearance. Steps in catch basin shall have 6" MIN clearance. No steps are required when B"" is 4' or less. For details adjustment section see Standard Plan "Miscellaneous Catch Basin Details" . .; • Handholds Co �°Q 2. Precast bases shall have cutouts or knockouts with a wall • Flat slab cover thickness of 2" MIN. Hole size shall be equal to pipe outer 8"" ►' `' '� ' diameter plus Catch basin wall thickness. Maximum hole size is 60 for 72" catch basin, 84" for 96" catch basin. Minimum distance between holes is 12". 20" X 24 or 24" DIA Steps and ladder 3. All base reinforcing steel shall be placed in the top half of the base, I" MIN clearance. s• / ,', 4. The bottom of the precast catch basin may be rounded. 5. For details showing frame and grate, ring and cover see i 72"" or 96"" • Standard Plan "Metal Frame and Grate for Catch Basin and Inlet". Frame and grate may be installed with flange a ► 1 � ' down or cast into riser. I I I V I I ( m I I I I I I I � I I I � I Reinforcing steel o (for precast base with integral riser only) Mortar fillet ►' ti•; 0.24 SO IN/FT in each direction for 72 DIA N 0.29 SO IN/FT in each direction for 96" DIA •' I Precast base with integral riser 72 96"" 0IA-l2J" I Grovel backfill for pipe bedding, �6"� f �� 6" MIN compacted depth. For precast bases only. *For separate cost in place only Separate cost In place or separate precast base CATCH BASIN TYPE 2 72" AND 96" 101" Rin Reinforcing steel (for separate base only) •.�...•.....�........+.,. 9 0.35 SO IN/FT in each direction for 72" DIA 0.39 SO IN/FT in each direction for 96" D[A � ADOPTED Gti`tY O� CITY OF RENTON ►�''T' Standard Plans i 6-30-95 Revised notes. ABN 'Q� O� Last Date 6/30/1995 PRECAST BASE JOINT 5-7-93 Revised notes and resigned. SJD NT DETAIL DATE REVIstDN BY APPR.'0 Plan No B-OIF SP PAGE 7.1 WEB rr rr 1rr r� rr r ar �r rr rr r r r rr 1/2" x 3" x 3/8" NON-SKID PATTERN CAST INTEGRAL ON TOP 0 0 26-3/8" o tn° 0�{JP° 25-1/4" 0 1/4" S, 2 4' 1 t 23-1/4" 3/4" FRAME NON-LOCKING COVER (NON-LOCKING 33-1/4" A FOR 5/8"-11 N.C. x 1-1/4" SECTION A-A B S.S. SOC. HD. CAP SCREW (3 REQ'D.) 1/2" TYP. TYP. NON—SKID PATTERN 5/8" 3/8" 1-3/8" o � �2„ ° 0 A �0° 0 o B 1-7/8" TYP. 1" SEAT -� �--2-1/2" 25" 2" RAISED LETTERS AS REQ'D. SEE NOTE No.3 BELOW SECTION B-B UNDERSIDE SHOWN FOR CLARITY 3/4" CORE (TYP.) ON 23" B.C. DRILL ANDi TAP 5/8"-11 N.C.ON 23" B.C.(TYP. 3 PL.) 1-1/2" CORE (TYP.) (LOCKING) FRAME (LOCKING) COVER (LOCKING) TOTES: MANHOLE FRAME AND COVER 1. FOR NON-LOCKING USE OLYMPIC FOUNDRY No. MH 30 OR EQUAL. y PTED 2. FOR LOCKING LID USE OLYMPIC FOUNDRY No. MH 30 D/T OR EQUAL. U~. � CITYoOF REENTON 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), + A + SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). STANDARD PLANS Fjv t0 LST DATE: 12/96 10/17/961 Edited notes. DCV AG DATE REVISION BY APPR' DWG. NAME: BR29 SP PAGE: B074 NOTES V111 1. Proprietary catch basin steps and approved alternate •6 ears at T'" centers Plastic loddersare acceptable. bottom face with I" MIN cover 2. Catch basin ste2 / \ � raddiol at the alegs shall be parallel r approximately Cleara all steps in onPtion of the manufacturer, exceptthat TYPi y catch basin shalI be SimiIar.) 1 Penetration of the outer wall is prohibited. I l 2' MIN ) 3. Opening in top slab may be 242" x 20" x 24" DIA. As an acceptablee alternate to rebar,may be used. wire mesh 96" TOP SLAB TYPICAL ORIENTATION FOR ACCESS AND STEPS -�3 •S Bars at 6" centers Ya" R bottom Noce N 2•• with 1" MIN cover Clearance III 12" MIN TYP I' `8 Galvanizeo deformed rebor n Z x u HANDHOLD 12" MIN n 11 ;','. Center to center 20" omm+ � 6" 1 t 12" MIN vl 72" TOP SLAB u u u u m z - CATCH BASIN STEP DROP RUNG PREFABRICATED LADDER l '4 Bars at 6" centers CATCH BASIN STEP bottom focel 2" with 1" MIN cover I Clearance 111 TYP I5."I 24" Is..l MISCELLANEOUS zo" CATCH BASIN DETAILS a.SN1 KTDN flalE D MT^w[���,n�,',��o*f n1AN"TATla •3 Bar (See Note 4) 4i� J� clearance 48 • 54" AND 60" TOP SLAB GRADE RING 1T A oPM CITY OF RBNTON to -zE-. a..i..e�.....as ioaa.. • � Sda,dld Plus s-1-f) a..i,w.ro+gym a1Nm.ian ea m...."..ipTd, s.0 115t Dam 52N1995 D.IE aEv12iW er uvrD'o Plan No B-0IZ SP PAGE B035 ' CONSTRUCTION PLANS O n N 6 pi CITY OF RENTON , WASHINGTON _U SUNNYDALE a wW DOWN STREAM STORM REPLACEMENT PROJECT � Jg w r� Cn SE 1 /4 SEC i 6 TWN 23N RGE 5E W. M . Z Z� W ins in ~ CONSTRUCTION NOTES INDEXOF DRAWINGS ) responsible w ,pa 9 1 Contractor is r able la ovidin stamwoter byposs teas /ar existing drainage S i,Qj during construction when existing 18 CUP is token Out Of service far construction of new HOPE pipe. K Bypass must be approved by the Engineer. Z2)Contractor shall take precautions whit working invicinity of the gas Pipeline crossing. VICINITY M A P 3 0 SHEET NO. DESCRIPTION 3)Suggested Construction sequence: L.0 p The Construction Sequence outlined below is intended to demonstrate o possible general course of action. 1 VICINITY MAP & TITLE SHEET The contractor shall review and, if desired, develop of"Olives suitobie to their optation. t. Locate all existing unitift y v y� 0 2 PLAN AND PROFILE SHEET 1 2. Identify vegetation to be removed and install nigh visibility fencing In occordonce with special Provision 2-01. z 3. Install temporary sat fence, check dour, and temporary stream byposs system at the outlet structure. Install �Y r 3 PLAN AND PROFILE SHEET 2 temporary sit fence at rock buttress. 't < } r z a 4. Excavate and install outlet structure and adjacent rprop pod. 1CIPA " ' d r r Fw a 4 TYPICAL DETAILS 1 PORT U a o 5. Fuse HOPE pipe and instal along opproximote alignment. A 4 3 § 5 TYPICAL DETAILS 2 6. Install pipe byposs system at top of project and transfer noes A-om existing pope. A ! � 7. Excavate trenches for pipe, dismantling the existing rock buttress and /cote as needed. The transfer of Row from ?y g STORM WATER DRAINAGE NOTES the existing system to new pipe shall occur when no roin is forcost within the next 24 hours, s YI c d Remove the trenched Malian of the existing ® + pipe, including the existing catch boson nearest to tins gas P�elnes 1) A copy of these approved dons must be on the job Site whenever construction is in progress. Install CDF over gas Pipeline. 1 r r 2) In unimproved areas, manhole to extend minimum 6 inch and maximum 18 inch above Finished grode. 9. Place the HOPE pipe in the final digoniont. Connect pope to structures. In paved area. cover must Slope In all directions to match paying. 70, Sockfil the pipe. Reconstruct the roc* buttress. Remove stream and byposs system. e 6 y J) AN construction shoot be in accordance with the 1996 edition of the 'Standard Specifications for Rood, b 6 ; Bridge and Municipal Construction'prepared by WSDOT, and the American Pudic Works Association (APWA), 11, Install lateral pipe anchors. s as amended by the City of Renton and the special provisions for this project. 1 .rww a PROJEC 4) The Contractor shoo be responsible for providing 12. Remove the remaining existing pips onA Botch basin. w pro' g adequate safeguard.a safe devian, protective equipment, LOCATION Roggers ono any other needed actions to protect Me tile, health, and safety of the public, and to 13. Reconstruct the chain link fence as ne:tssary. Restore 0R property at the east end of the project. Apply *� protect property in connection will the perlor..once Of work covered by the contract. Any work within seed, fertilizer, and mulch to all disturbwd areas, ®' SOAR �• the traveled right—of—way that may interrupt normal traffic Row shall require an approved traffic control RENTON 01 1 pion by the Transportation Division, All sections of the WSDOT Standard Specifications 1-07.2-1, 14. Remove temporary erosion control measures, including temporary sit fences and accumulated + Traffic Control, shall apply sediment, otter vegetotion has been established and accepted by the Engineer. PROJECT CONTROL NOTES EROSION CONTROL NOTES , �► Suns a downstream Oo M no, t0-dDD50-20 J JO 1) All limits of clearing and areas of vegetotion proservotion as prescribed on the pion shall be dearly A r Ydd semapp 9 job / /00 flogged in the field and observed during -onstruction. Survey notes W 111,11 Datum: City o/Renton NAW 1983 I feel coordinates K City Of Renton control 2) Ali required sedomentet nserosion coned rociit n must be consladen voter ono n operation prig ro Iond + + y /9 D Y nearing and/a other construction to haxt that sediment lodes water does not enter the natural e I Q Washington Stott Pion* - north zone recovered stations on 3/13/00 drainage system. All erosion and sediment facilities shall be maintained it o satisfactory condition 1ft iF until such tine that Nearing ond/or construction is completed and potential for an-site erosion has Sto. no. 6077, found a 2'brass disc w/punch on 0 4'X 4'concrete monument in cost in the center passed. The inplementotion, mointenance. replocement and additions to erosion/sedimentation LEGEND r of the Cedar River Troll approximately 350 feet west of the intersection of SR 169 and 1JIst Ave. SE. control systems shall be the respansbllitw of the contractor. a Northing: 174777,603' Eosting: 1311148.764' Elevation: 81,420' EXISTING PROPOSED Soo. no. 2678: found a 2'brass surface disc on the concrete deck over the fish lorkier on the 3) The erosion and sedimentation control systems depicted on these plan sheets ore intended to be minimum NEW CATCH BASIN/CONTROL STRUCTURE W SANITARY SEWER kiMiHOLE O Cedar River Trail, t100 lest •ass o/sto. no. 2677. requirements to meat anticipated site conditions. As construction progresses and unexpected a O Northing. 775326.054' Eastinq: 1310176.998' Elevation: 75.092' stosonal conditions dictote, the contractor shall anticipate that more erosion and sedimentation control WATER LINE —yy_ —W— facilities will be necessary to insure comalete siltation control on the proposed site. During the course STORMORAIN LINE —SO— Sto. no, 1897. found o 1/8'dio. pin ih concrete monument in cost approximately 150' SE of the of construction, it shall be the obligotior, and responsbiity of the contractor to address any new —SD— SANITARY SEWER LINE _SS_ intersection of SE Sth $t. and Newport Ave. SE on the centerlin!of SE Sth $t. and lying 29'NE'Iy conditions that may be created by his activities and to provide additionalfacilities, over and above _SS_ of the comer and on the extension of a 6' wooden fenceline, minimum requirements, as may be needed to protect adjacent properties and voter quality of the POLE IM, 0- 0 Northing: 176649.207 Easting: 1309351.192 receiving drainage system. RIPRAP 1'�1f1 APPROV ` ooaooa0000 Vertical Datum: City of Renton MAW 1988 loot BY 4)Outing the time period o/November 1 through March 31, all project disturbed soil aeon greater (non aY Recovered benchmark woo. no. 1520 on 3113100 5,000 square feet, that ore to be left unworked for more than twelve(12)hours, shall be covered by Cf'IECt E5 LIANCE Description: found a hub and took in a monument cost approximately 700 foot NE of the intersection mulch, sodding, or plastic covering. MiS BY Of SE 5th St. and Mopls Valley Highway, B770_(�_6L Elevotian: 6z.562' 5)in any area which has been stripped of vegetation and where no further work Is anticipated for o period s �-az t. LEV' G� �• M�P� of 30 days or more, all disturbed areas must be inmediotely stabilized with mulching, gross planting a Recovered benchmark sto. no. 2678 (see description above In horizontal datum) other approved erosion cony treatment ap hs of p Mt time of year in question. Goss sse ing SHEETS I THRU 5 OF �• '� Elevation: 75,092' done will be acceptable only curing the months of April through September inclusive.ou9. Itydr with nq may rn THESE PLANS SHALL proceed, however. whenever it is in the interest of the contractor, but must t» augmented with BE DEEMED APPROVED Set Temporary Benchmark (TBM) mulching, netting, or other treatment approved by the City of Renton, outside the specified time period. I BY THE 9GNATURE AND SEAL ON THIS SHEET.TBM 2992-19-: Set hub k took 25'south o! 18'CIMP$farm outfdl pipe. ,Elevation: 10765, B)Issuance o! tna Raiding a Construction I errnit by the City o/Renton don not relieve the contractor o/ the yeax•n. silo ��� �poSAh.pR �V�tp 1 continuing too obligotion and/or liobiity connected with storm voter disposition. Further, the City of TBM 2992-19-2., Set R.R. Spho in foot of 21'dia: maple approximotely 40'east of TBM 2992-19-1. Renton don not accept any obligation for the proper functioning and maintenance of the system m® // sxreus o os o Devotion: 117.82' provided daring construction. TSM 2992-21-1: Set P.K. not and shiner on tsshphdt pavement on west side of Modrono Drive lust 7) The contractor shoot make every effort to remove only those tress and vegetotion necessary to construct the poMino. E N T R A N C O north of gravel occess rood to $uriny it M.H.P. south Sloan detention Pond, 4M w w w.ENT R A N C o.C O M UTILITY ONE CALL pp ELEVA TI( J15.J0 1-tITY ON 4-55 2 This project is Iocoted In the M1/2 of the SE1/4 Of sec. 16. T. 23 N., R. 5 E„ W.M. O1 YCOO Ge4E. 15S1 D — 2 8 3 1 0 1 NOTES: N E ON THESE I PLANS NG P AREA BASED ON PHIC AND PHYSICAL CFIELDSURVEY DATA PROVIDED BY ENTRANCO. THIS WAS THE INFORMATION AVAILABLE AT THE TIME OF PLAN U PREPARATION. ACTUAL CONDITIONS MAY BE DIFFERENT. THE LAJ CONTRACTOR MAY ENCOUNTER VARIATIONS BETWEEN ACTUAL O � CONDITIONS AND THOSE SHOWN. THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATION OF F- W % `' ALL EXISTING UTILITIES BEFORE COMMENCING WORK.-AND AGREES 3 w —I j`-"- ° TO BE FULLY RESPONSIBLE FOR ANY AND ALL DAMAGES WHICH LL -- _ MIGHT BE OCCASIONED BY THE CONTRACTOR'S FAILURE TO t U ---- - -� j "� EXACTLY LOCATE AND PRESERVE ANY AND ALL UNDERGROUND g� J gof UTILITIES. Lj Ld j/� /.%- %i-A CONTRACTOR SHALL LIMIT VEGETATION REMOVAL AND SLOPE Z LLI i — - __� = DISTURBANCE. CONTRACTOR SHALL NOT REMOVE TREES WITHIN Z m z= "_'�� !/-- L--_ / r THE CLEARING LIMITS, UNLESS ABSOLUTELY NECESSARY. ONLY 0 Z / 'f j /-� j �' / j j Z GRUBBING OF UNDERBRUSH WILL BE ALLOWED. N O � EXIST. 18' CMP _�� j j„�- 8 // i i TO 8E REMOVED ,j j. C'A Z CONSTRUCT TEMPORARY 3 HEADWALLS FOR BYPASS0 PIPE j/ O FILLED (BAGS ANDNG GPLASTIC RAVEL / / /// � �/.%' �} Z SHEETING, SEE DETAIL H j j/ j j ��j/' / �/ m KING COUNTY PROPERTY / // / 1 i / / i' ' 1B" DIA. TEMPORARY PID 162305900308 , / / ` //� / /' o FLOW BYPASS PIPE '' E f/"// / [ z IN C ECK TWODAMS ji0 L / j%/ ;,// ' �N►f'0w3✓ APE �/ ;° SEE DETAIL G _ 1 _ x .� 3 C TY OF RENTON EASEMENT 'B_ A / a REC Ip85-215Q567 / jj a g � � � � t � j -���• � i afF/ ,ANCHOR '�%j � , �b'� / i . �•/' 'j 1_0 c INSTALL TEMPORARY ��-- "�',1 -� �� ����� �� ji j $ / // -j APPROXIMATE CONSTRUCTION LIMIT SILT FENCE i _ �. "�.,j i�0 ""� ) / / , // / SEE SPECIFICATIONS S 89'00'52.9'1E ms' —3 j °o_j\ j// !�j jL � INSTALL HIGH VISIBILITY L •` '�„��-- j� i / .Z./ / 1 ` � // -- = FENCING ` �' — -- — - — — — — - ENERGY DISSIPATOR STRUCTURE _j \ /i OD SEE DETAIL H - j •I / j ¢ a/ / f,J/j� LA PIANTA LLC — CITY OF RENTON EASEME 350 PIC•�' 162305904805 0 .000' 84' 'S2-0 . /�i %�i�// / ' 9 W TehT�ex15MG, TIEEE Eb,k BY 60' EASEMENT 1 BURIED TRENCH SECTION/ Xl //t SEE DETAIL A i %AJP/P_RQ ,C i so SPECIFICATION / I •220................ ....... : :. ...... :.................. ....... ....... ........ ........ ....... ....... :. . .... . :.. .. ..... :... .. 0- 200..... ......... ......... ......... ........ ........ ......... .........:........ MINIMUM RADIUS OF DECLECTION FOR 20' OD HbPE PIPE IS 30'. PER MANUFACTURERS RECOMMENDATIONS: CONSTRUCI' THIS:PPORTS IN g :180 .....:.........:.........:.........:.........:.........:.........:.........:.........:........ ........:.AS-REOUIRED'�PE U PER'TNE SPECIAL'PROVISIONS...:.........:...................:.... ....... 20 t0 0 20 40 HOtt11. t'. 20 tD VERT. 1'.20 ram- rn •1W0.....:.........:.........:.........:.........:.........:.........:........ ....... :..... :........ CAL ' RBCOMNEMMD BEFORE R PIN APPltOV YOU DIG JG� �•,�PNS 140.....:.........:.........:.........:.........:...............................TRANsmota:FROM'euR1EP PIPe....:......... . BY TO ABOVE GROUND (� DY . So' TYP. � BY :120.....:.........:.......................................:......... ....... ...... ..... ...... ......... ...... ........ ....... ....... ....... ....... UTILITYT424 3 9 CALL ,/o XAL T I�1 STILUHG WELL EXISTING GROUND B Ies CB PE 2 - 72 O Di Y�Oo 6�4EL666t w� oS o'I GE 93.5 (APPROX.) STA. 8+10. `I ' IE -87.7, 20" HOPE E (APPROX.) �� C.,I S N T :1�..... .........:.........:.... T9?.OF.M.IEIR,91,0.(APPRQX,) •...,.,�— .......... •. ....................................:................... ....... ....... ....... ....... ' .-- PIPE 'NO VEHICLE ACCESS:" R A N C O �— Op SDR 26 HOPE C R NEW 20 www.ENtRANCO.COr 8+00 7+60 6+60 5+00 4+00 D — 2 8 3 110121 0 � NOTE: H n THE EXISTING TOPOGRAPHIC AND PHYSICAL FEATURES SHOWN ON THESE PLANS ARE BASED ON FIELD SURVEY DATA PROVIDED BY ENTRANCO. ' v THIS WAS THE INFORMATION AVAILABLE AT THE TIME OF PLAN w PREPARATION. ACTUAL CONDITIONS MAY BE DIFFERENT. THE SEATTL_E CI s<GH* EASEMENT I :rROv CONTRACTOR MAY ENCOUNTER VARIATIONS BETWEEN ACTUAL M a CONDITIONS AND THOSE SHOWN. SEATTLE Clry LIGHT EASEMENT ' W THE CONTRACTOR SHALL DETERMINE THE EXACT LOCATION OF z ALL EXISTING UTILITIES BEFORE COMMENCING WORK, AND I CONNECT NEW HOPE i w J AGREES TO BE FULLY RESPONSIBLE FOR ANY AND ALL w Z TO EXIST. CB SEE / w 0 DAMAGES WHICH MIGHT BE OCCASIONED BY THE /'GE 18 sz�3 — w. � o DETAIL E C..) TOP OF PIPE 180.0 w g �.CN CONTRACTOR'S FAILURE TO EXACTLY LOCATE AND E 17E5 I z I SOLID PIPE INSICE J PRESERVE ANY AND ALL UNDERGROUND UTILITIES. SOLID CMP PIPE INSIDE a APPROXIMATE LOCATION STRUCTURE Q d a- STR!7cTVRr = Z w IF.301.64(18"CMP NE) 0 w TO BE REMOVED 2I �� OF ROCK BUTTRESS i ,E-30!.r 18'CMP Swt r LLI CONTRACTOR SHALL LIMIT VEGETATION REMOVAL AND SLOPE F w a RECONSTRUCT AS NECESSARY,-', t ER3o:.e7 t'tte'r.MP 5E) z w > SEE DETAIL D / - iE-310.99 `B'PV; SE) Z DISTURBANCE. CONTRACTOR SHALL NOT REMOVE TREES WITHIN �_- '�� z o O W ZQ= THE CLEARING LIMITS, UNLESS ABSOLUTELY NECESSARY, ONLY N O GRUBBING OF UNDERBRUSH WILL BE ALLOWED. REMOVE EXISTING I-BEAM a a a V) Z / w c7 } PROPOSED 20' BY 20' AND SUPPORT STRUCTURE Q %' to ' a; �� i TEMPORARY CONSTRUCTION EASEMENT --•� / KING COUNTY PROPERTY U �� INSTALL TEMPORARY SILT i W d � PID# 162305900308 I /� I I �I - iE f - FENCE ALONG TOE OF ffz y %,� � I ROCK BUTTRESS Rio .�— s Z - 3 j / j � /r• � � I . 11 f s I i/ REMOVE AND REPLAC� � '/ � II I i \ TEMPORl�h' CONSTR 1 REC.�p,8a051 06 SEWERITARY EASEMENT EXIST. CHAIN LINK FENCE/ I I I EASEMENT cT AS NEEDED. LOCATION,,' EXIST. 18" CMP TO ry> -- SHOWN APPROX.'=�; � 1 BE REMOVED (TYP.) N;£o. i%%/ / / 'S}1 ` \ \ `( \ `•- I I 10' WATER EASEMENT ,\ 84051 10646 s O ; // // l 11 I p /� ��/ \ I\I t I CUNNYD;'1LE MOBILE HOME p PARK �'� / e 7"'E- �/ .J / �'° f I ! I LOT 2, CITYOF P.ENTON L.L.A.-OOh-84 �� ""a ��/ / / ��� �; I I ( ! I I I I '•�1 1\ I , \ ;� REC. N0. 8409149001 LD 44�0,-\ 3 I' ( I I I 1 LEQEN \1 ,�� `(X� `1 , I i ICITY OF RENTON 30' ROAD- I �\ I(I\ \ \ I WAY h UTILITY EASEMENT Z _ _ _, _ _ S // �I �`+0, �1 \ \\ I REC. 08405110648 I TEMPORARY CONSTRUCTION EASEMENT /' DRAINAGE EASEMENT/ l 1r I ' I / 1 w LOCATION OF WATER LINE hh �ypD� l 1 16TH SECTION LINE BASED ON ONE-CALL O BURIED TRENCH SECTIONUTILITY LOCATE WATER EASEMENT O -- SEE DETAIL A SANITARY SEWER EASEMENT _ ■ C'n / /• � _..w�rE_F}S � j / / / % I I , E%-SDCB M�1 (`' - I R/W LINE BONNEVILLE POWER ADMIN. EASEMENT CTl / / �• / - 1 GE 263.93 NW 1/4 iE Yet a5(•a"CMP El �SE i/4 W I I _ IE 2a+.?5 1:CMP w) CENTERLINE B.P.A./OLYMPIC PIPELINE EASEMENT AS NOTED TO BE REMOVED S.E. CORNER I" NOTE: NCA777723.09FILED E. 73t000t.3t o + 1 SANITARY S v'ER M NT SECTION SUBDIVISIRECORDING BASED940 19 SURVEY BOOK I I I UNDER RECORDING N0. 9404199D14 IN BOOK / - NAD OF RENTON) z REC. 84051 t06a7 97 AT PAGE 280 OF SURVEYS.— — 9 NAp 1983/91 �1 TH LINE I_ � MAINTENANCE ROAD — I I I I I Q :320.....:.........:...........................................................:.........:........ :........ ....... :.........:......l.......... STING GFMND NO VEHICLE ACCESS • EXISTING _..•— POND' tn1 .390 .....:......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ........ r STA.D+00 20 E SW IE 301.10. " HOP REMOVE EXISTING CB — CONNECT 70 EXIST. CB MINIMUM RADIUS OF DEFLECTION FOR 20"bD HOPE PIPE g .....IS.30'.•PER MANUFACTURER'S:RECOMMENDATIONS.....:.........:.........:.........:.........:.........:...�..��..:.... - ....... ....... HOR12. 1".20. 20 REMOVE EXISTING PIPE t0 0 20 40 ' m : STA.•1+37 ; a s PETROLEUM:PIPELINE TOP'0 F PIPE - 280.0 ........:.........:...................:........ ....... .�. .. ....STA.;t+a?................... ... ....... ....... ....... TOP:OF 16 : w Y j MAINTAIN PETROLEUM:iM CLEARANCE REC0IMME iDED BEFO.8 CALL RE I : W a ; BETWEEN STORM;DRAIN AND ; BY YOU DIG R -�. N4'�10 :+ PETROLEUM PIPLINE ... ............ QJG� BNS� p ........ D, .-vl.......... ....... ....... ....... ...... MR m •240.....:......O. ...................:.........:.........:.........;.........:.........;.........:. a = BY APPROVAL N °to.F BY z .... ....... ....... ........ UTILITY ONE CALL 1/OPAL go cp 220.....:......_ .........;......... .........;.........;............. :.........:.........:.........:.... -Boo-•2.►-5555 I - OLY Boo 6�4eL666T mo D O y . ....... .........:.........:.........:.........:.........:.........:... ................:.........: ...................... ......:....................... ENT CO 1i '200............... : C O M RN�NTRANCO. : 1 � o0 3+00 2+00 1+00 of oo D — 283 1 0 3 � 5 N APPLY SEED, FERTILIZER, AND F U 6"DEPTH OF NATIVE TOPSOIL EXISTING GRADE EXTEND 6' BEYOND TOP OF HDPE PIPE 20' O.D. HDPE PIPE L MA H XI NG MULCH ONTO EXPOSED SOILS A O _ ~ U N Q W w W w Q Q. 2'I.D. SCHEDULE 80 GALVANIZED STEEL PIPE 0 L �-- �— DRIVE MIN. 4'INTO UNDISTURBED SOIL Z � O LL 12' COARSE AGGREGATE BACKFIL OR SUBSTANTIAL REFUSAL AS DETERMINED BY THE ENGINEER W LtJ PLACE DOWISLOPE OF HDPE PIPE � Z= HDPE PIPE �o .1 Lo _J LIJ < U w UJ . U 3 8 TYP H P PIP TR H TAI PIPE PILE ANCHOR DETAIL HQ PE E E C DE L A N,I,S B w� N.T.S. S Op 6 F F'W a' U� 0 m m P a ii TOP ROCK 16'MIN. WIDTH 2 (OR SOUND, DURABLE FLATTER) NON-WEATHERED ROCK 1 Y FREE - DRAINING BACKFILL will., SA APPLY SEED, FERTILIZER, AND 7-2 WIDE LAYER OFBACKFILLS FOR 9 37 MULCH ONTO EXPOSED SOILS a ROCK WALL ADJACENT 70 ROCKERY 6"DEPTH OF NATIVE TOPSOIL EXISTING GRADE MA CH XI N AULNOTES �i 1. ROCK SHALL BE SOUND AND HAVE A MINIMUM ai 20' OUTSIDE DIA. DENSITY OF 160 LB./CUBIC FOOT. W HOPE PIPE 2. THE LONG DIMENSION OF ALL ROCKS SHALL BE v as PLACED PERPENDICULAR 70 THE WALL. EACH ROCK Y, SHALL BEAR ON TWO ROCKS IN THE TIER BELOW. z °ad �FFIRM, UNDISTURBED SOIL BOTTOM ROCK 3. ROCKERIES ARE EROSION-CONTROL STRUCTURES, MIN. MOTH (FT) NOT FOR RETAINING WALLS, NATIVE MATERIAL MUST y F CONTROLLED DENSITY FILL HEIGHT/3 BE STABLE AND FREE-STANDING IN CUT FACE. 20" HDPE PIPE 4. FOR HEIGHTS GREATER THAN 8', FACING ROCK MAY BE STACKED IN FRONT W1 TH A 1.5H:1V INCIANA TION. rD 20" PETROLEUM PIPELINE 5. LOCATION OF ROCKERY OR BUTTRESS RELATIVE TO 1p TIGHTLINE SHOULD BE FIELD-FIT. 12' RECOMMENDED ROCKERY ROCK BUTTRESS TAI D mi APPRO L �QJ Ns�y HDPE PIPE CROSSING GAS PIPELINE TRENCH DETAIL C N.T.S. 'K 4 N.T.S. �'oMAte° I�pO - o 0S 01 ENTRANCO W W W.ENT R A N C O.C O M D - 283104 o 0 H WIRE MESH SUPPORT FENCE (70 BE yl GROUND SURFACE LOCATED ON THE' DOWNHILL SIDE OF FILTER FABRIC) WRE MESH FENCE I- FOR FILTER FABRIC U 3' MAX. W 0 ` O 1"DIA. HOPE AIR h a VENT AND FITTINGS - a J EXIST. CB FILTER FABRIC MATERIAL IN CONTINUOUS ROLLS FUSE STAPLESZ f- t DIA. HOPE AIR FILTER FABRIC TO WIRE MESH SUPPORT RINGS TO ATTACH FABRIC ' W MATERIAL _ 0 0 F WW VENT AND FITTINGS 5 EA. - t"xi/8" STAINLESS I i � STEEL SUPPORT STRAPS N N <, W U (V AND 2'x 5/8' STAINLESS Q (/) STEEL EXPANSION BOLTS. 3'MAX. SPACING �T W ~ %�i GROUND SURFACE r X O W CORE DRILL g WELD �\i%� Z Z L1J LLJ AIR VENT TO PIPE Z Z EXPOSED END �� a Q OF PIPE BARREL FUSE IN i0 20" j ��� �= � J h HOPE PIPE /��b� � �A��j�� '^ ' i' i V W DEFLECTOR PLATE PROVIDE WASHED GRAVEL %///., BACKFILL, 3/1"-3'IN I� g ,/ BURY 00TTOM OF FILTER MATERIAL W �_ p TRENCH�— LE OF FIL FILTER B ABRIC DES Ip i\ D ON SON o IN 8' x 12" TRENCH ' ' ON THE SURFACE ' N � N - � � 0 8"MIN BURY BOTTOM OF FILTER � H 3 Z t/2"HOPE DEFLECTOR MATERIAL IN 8'x12' TRENCH ^' 6'-0'MAX. O ° �� PLATE-FUSE TO OUTSIDE 2'x2'x5' WOOD POSTS. EDGE OF PIPE IE=301.70 �0 STANDARD OR BETTER -' 2"x2'x5' WOOD POSTS. OR EQUIVALENT n STANDARD OR BETTER 0 20"DIA. HOPE PIPE OR EOUIVALENi Li G4 z Y HOPE CATCH BASIN CONNECTION d 3 SEE DETAIL I u FRON T PROFILE ROUND SOLID LOCKING COVER MARKED "GRAIN' IWTH K a c LOCKING BOLTS. SEE RENTON STD. PLAN 9074 LEAVE t'FOR SUPPORT mDEFLECTOR P AT AN AIR V NT TAI E OF COVER TEMPORARY SILT FENCE DETAI N.T.S. N.T.S. PLATE D E L yi .o s 4' MIN. at O •C FREEBOARD ........ :f:•:•.:.:i:i• j }•3�}•}V: TRASH RACK t"DIA GALV. STEEL BARS q� /�/ / •/�•% r. .,........'::............. r •....r: :':::::::::: 4' SPACING O.C. ATTACHED WITH / DIA. Yr \�\ SOLID LOCKING CATCH EXPANSION BOLTS TO SIDE OF STRUCTURE = BASIN COVER FLUSH OVER WEIR OPENINGS. ��a N WITH TOP SLAB SECTION A-A too-Ya SAW CUT WEIR OVERFLOW N.T.S. WSEL STREAM NOTE: EXTEND RIPRAP PROTECTION IE=93.5 '^ CHANNEL TEMPORARY ....... .......................... .. ....... PROVIDE TWO CHECK DAMS SPACED AS SHOWN SILT FENCE i0 ORDINARY HIGH WATER MARK OF STREAM -- - - - EV. 9t.0 2:1 SLOPE BURLAP BAGS FILLED --—--— .--—- _ TYPE 2 CATCH BASIN - 72"DIA. >K ' WITH PEA GRAVEL _ PEACRAVEL FILLED BAGS Ttli, a ��y AND PLASTIC SHEETING 20'HOPE PIPE i �•r r TO BLOCK FLOW, TYP. ------ FLOW g /;i/ f�'A FLOC IE=87.7 2, BYPASS m AAAA A L B - __ HOPE CATCH BASIN CONNECTION PIPE SEE DETAIL I LIGHT LOOSE RIPRAo \, BLANK Ropl \� .�� FLOW BYPASS PIPE PLAN BLANKET �, _ ��'" 12"DIA. MIN. '� TEMPORARY VA"VAA GRAVEL BACKFILL SILT FENCE FOR FOUNDATION L= THE DISTANCE SUCH THAT POINTSL—A CATCH BASIN '_ MIN 8 GEOTEX7ILE A AND B ARE OF EOUAL ELEVATION. KOR-N-SEAL BOOT (� iV RECUM`�1f_NpED OR EQUIVALENT ® APPROVALL INTERNAL CLAMP RING t�- BY— Y SECTION B-8 sv�, If.Jfys�y 4 CHECK DAM SPACING��� 20"HOPE PIPE' BY— CONSTRUC710N GEOTEXTILE FOR SOIL SEPARATION PACK SPACE BETWEEN PIPE UNDER ROCK �t AND BOOT WITH GROUT STAINLESS STEAL BAND CLAMPS SECTION A—A ''°R••�°���'i� ja ' ENERGY DISSIPATOR STRUC F°"'m lolpsiol N.T.S. N.T.S. BNTRANCO HDPE CONNECTION DETAIL I I/W W.E N T R A N C 0.C 0M N.T.S. � D - 283105