Loading...
HomeMy WebLinkAboutSWP272837(5) 1 Award Date: p -2 y' 00 CAG 123 Awarded To: C J 1f ' 3 2 i a "c, , .5 )v E STtr A /ti- 1 Cop y f 8 8, 512 . 2 2 - - 1 �Y ti o City of Renton Bidding Requirements, Forms, Contract Forms, Conditions of the Contract, Plans and Specifications 1 1 1 1 City of Renton LAKE WASHINGTON BLVD / BURNETT AVENUE N STORM SYSTEM PROJECT 1 PROJECT NO. SWP-27-2837 1 1 City of Renton 1055 S Grady Way ' Renton, WA 98055 Surface Water Contact: Daniel Carey (425)430-7293 i t � Printed on Recycled Paper ' CONT RACT DOCUMENTS ' FOR THE CONSTRUCTION OF 1 i LAKE WASHINGTON BLVD / BURNETT AVE. N STORM SYSTEM PROJECT SWP-27-2837 i J. S T� oF WAsy� -9 i 7 90.E 9FGiSTEa�� ' Fss/CNA�— g-4-vv EXPIRES 10/16/01 1 i City of Renton Planning/Building/Public Works Department August 2000 Prepared by: City of Renton Surface Water Utility Planning / Building/ Public Works Department 1 CJ's Construction Services Inc. 3210 "C" Street NE Suite A Auburn, WA. 98002 253-288-0884 office 253-288-0885 Fax Contractor Representatives 24 Hour Phone Contact List JESSE RODRIGUEZ ( Responsible Officer) on site 21104 1251h Ave. SE ' OFFICE (253)288-0884 Kent , WA. 98031 HOME (253)631-5209 MOBILE (206)571-6567 or 206-930-9634 CHERYL RODRIGUEZ ( Responsible Officer) in office 21104 1251h Ave. SE ' OFFICE (253)288-0884 Kent WA. 98031 HOME (253)631-5209 MOBILE (206)818-7407 OR 206-571-6566 ' GUY LINDBORG Job Foreman 7127 172°a St. NE MOBILE (206) 571-6571 Arlington, WA. 98223 ' MOBILE (206) 200-3900 Home (360) 403-9487 ' NATE RODRIGUEZ ( SAFETY PERSON) 21104 1251h Ave SE MOBILE (206) 780-0334 Kent WA. 98031 ' HOME (253) 631-5209 ' S.I.S.N. ( Bonding Agent) 155 NE 1001h St. Suite 303 ' Seattle, WA. 98125 (206)527-6624 1 DEPARTMENT OF LABOR AND INDUSTRIES �! REGISTERED AS PROVIDED BY LAW AS 4' CONST CONT GENERAL REGIST. # EXP. DATE CC01 CJSCOSIO55CS 01/01/2001 i EFFECTIVE DATE 02/10/1995 1 � C J' S CONSTRUCTION SRVCS INC 3210 C ST NE STE A 1 AUBURN WA 98002 • if:0'5 0,0 c8w7i Detach Ind Di.ptry Ceiutrate 1 1 ' 1 .. i i 1 i i - 1 i 1 1 1 1 APPLICATION FOR CITY OF RENTON BUSINESS LICENSE COMMERCIAL Business Name&Location City of Renton License#i WA State UBU1 (o 01 1 1759 a. 10 4<' y �� 'Ub Contractor's License C' ]3 S C Q T S 5 /. / 5--�- Ste_ /4 u,&,crn !f A 9��0 0� Owner Name, Address ' Telephone: - - Mailing Address: / !11 ' — 10 6� 1 Telephone: c� ST NC n� 1 � No. of Employees (�—g /�C,[hja W r¢ 9=0\ Date Business Opened in City of Renton: ' Or Job Starts: 9- 1' - )-O O D Emergency Names &Telephone: Describe Type of Business: ' 1 � S,e �oc�ricuu 25�-b3i aDS- 2 aa� 9L� ��,,� 'I ,c 2• � L /�G�%rG _ �_S?, �o 15;105 �Ce01 11 e Z;r ,Sfia-1/a_7`O 6 1 d6Y, 64b FEE SCHEDULE: ' 1. Total number of personnel(all) (p — (for business located outside the City Limits report only personnel working in the City Limits) 2. Total number of hours worked by all personnel in a quarter(approx.) 2S ' (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. I 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 pursuant to State of Washington RCW 42-17-260. ' Signature: Print Name: p L �d r� �u 2 Date: O�� ' Title: �' t'f Y / Phone: 25 3 •oZ&-A —0 8TU Return Completed Application to: City of Renton License Division ' 1055 South Grady Way Renton, WA 98055 ` (425) 430-6851 ' FOR OFFICE USE ONLY • Amount How Paid Date Planning Dept Bldg Dept Fire Dept ' FISbI-03 9/98 CITY OF RENTON ' Lake Washington Blvd / Burnett Avenue N Storm System Project SWP-27-2837 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Location Map Instructions to Bidders Call for Bids ' *Combined Affidavit & Certificate Form: Non-Collusion Anti-Trust Claims ' Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Subcontractors List (for bids over $1,000,000) vBond to the City of Renton vFair Practices Policy Affidavit of Compliance vContract Agreement (Contracts other than Federal - Aid FHWA) vCity of Renton Insurance Information Form ' vCity of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages t Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulations Listing City of Renton Supplemental Specifications Special Provisions Traffic Control Information City Survey Control Information and Monuments Standard Plans And Details 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 ' v Submit after Notice of Award CITY OF RENTON Planning/Building/Public Works Department ' 1055 S. Grady Way Renton, Washington 98055 U: Lake Washington Blvd/Burnett Avenue N Storm System Project! 9 y o�ect DWC ' RESOLUTION NO . 3229 EXIBIT `A' CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 ' 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 including 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, goveming 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 Affinnative 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 7 thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: ' Nlayor Council President &Attest: City Cle O* ' 3 ' CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ' ADOPTED BY RESOLUTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure ' employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based.on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. ' (3) AMERICANS WITH DISABILITIES ACT POLICY -The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation ' within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and ' suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. ' Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. ' CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY,OF RENTON RENTON CITY COUNCIL: ' Mayor Council President ' Attest: ' City Clerk 1 CITY OF RENTON ' SWP-27-2837 Lake Washington Blvd / Burnett Avenue N Storm System Project ' SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the Lake Washington Blvd/ Burnett Avenue N Storm System Project, as shown on the plans and as described to the construction specifications,to include but not be limited to installation of approximately: • 1,300 LF of new 24-inch, 18-inch, and 12-inch stormwater pipeline • 11 Type 2 Catch Basins, • 8 Type 1 Catch Basins, • connecting to the existing stormwater system, • disposal of unsuitable material, ' • landscape restoration, ' • asphalt repair, • and cleanup and restoration. The estimated project cost is $150,000 to $180,000. ' A total of 45 working days is allowed for completion of the project. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. i 1 1 ' U: Lake Washington Blvd/Burnett Avenue N Storm System Project/DWC Y 1 N N 38 SE 66th 3 tth N 36 St NE 36th SE mth St N 35!h$1 SE 69th 51 SE 86,pt PROJECT LOCATION —�` N 34,n$, N t„$, x — 90t $, !3 d% f E 33rd St o SE 91st$t N 32 St �I SE 92nd St !2M St 'y L.L NE Stst Sit U _ N 30tn SI N 30th St _ SE d N 291n St h.c W N 28th St N6Q th St SE 95th woy NE 27Ih SI. M 2, $L < > SE Nth LAKEWASHINGTON E- e x NE 241h SLoo NE 241h I N 241n NE 23rd% Y NE 2 N nd NE 23rd St NE 2stS NE Oth St. NE 20th L th 5 16tn s 'P ,E I6th SI. 7h, 14ih -� i vi ; � S 112th$l NE 121h St. $ IIJIh St. w c Y Y $ It/tn , S 1151h t 6 i S 115th S 116th 1 R %. s l lth St S I17ih RENTON ;� a NE 101h NE 9thl I1Bth$! S 117th i h NE 9th PL S2 S IIBth ( = s NE 9th St. PiS 119th ( k- ed E NE 8th PI, taF.9\h S 10th St S 120th t Q N 8th St. 8 S 121it St $ 121s1 7td b o S 121st SL s _ N 8lh l' $ 722nd$1 122nd St. S 123,d St 123rd St. Nw 7th SL S R-405 _ hE ' S 123rd PI t2}d %. — a = q NE 6tn o k 41 124th$ 124th SLC' N 6lh St. N 6fh S1. s�N, 67h M« 6th St' E 6 St. :9 i 125th St. NJ 51h SL ` N 5th St 3° W Ego w tt W ` 9 c .N�ds� r�amr 411h St. _ NE 4t ggya ,4 S 1301h St s N NIN f N S 132nd SI�2q AK s PROJECT LOCATION ' 0' 2000' LAKE WASHINGTON BLVD/ N Scales 1' = 2000' BURNETT AVE N STORM SYSTEM City of Renton Surface Water Utility D. Carey 5/00 i Q i 1 � EH 1 PROJECT LOCATION ' LEH SR-405 pE-j i PROJECT VICINITY 0' 800' LAKE WASHINGTON BLVD/ N Scale: 1" - 800' BURNETT AVE N STORM SYSTEM City of Renton Surface Water Utility D. Carey 5/00 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 o'clock 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. ' 2. The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. roximate. 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 they enter 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 they 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 herein and/or 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. 13. Payment retainage shall be done in accordance with Section 1-09.0(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. U: Lake Washington Blvd/Burnett Avenue N Storm System Project/DWC ' 14. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. 15. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. ' 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 most recent issue of the prevailing wage rate are included within these specifications under section titled 1 "Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The 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 with the requirements of RCW 39.16. 18. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental q pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 19. 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 Transportation Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "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. ' U:Lake Washington Blvd/Burnett Avenue N Sty System Project/DWC r 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. 20. A soils investigation has not been performed for this project by a consultant engineer. The Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. U:Lake Washington Blvd/Burnett Avenue N Storm System Project/DWC Y 1 CITY OF RENTON tLAKE WASHINGTON BLVD / BURNETT AVENUE N STORM SYSTEM PROJECT SWP-27-2837 CALL FOR BIDS Sealed bids will be received until 2:30 p.m. August 22 2000 at the City Clerk's office and will be opened and publicly read in the 5th floor conference room, Renton City Hall, 1055 S. Grady Way. The work to be performed within 45 workingdays from the date y of commencement under this contract shall include, but not be limited to: Construction of approximately 1,300 LF of new 24-inch, 18-inch, and 12-inch stormwater pipeline, installing 11 Type 2 Catch Basins, 8 Type 1 Catch Basins, connecting to the existing stormwater system, landscape restoration, disposal of unsuitable material, asphalt repair. and cleanup and restoration. The estimated project cost is $150,000 to $180,000. No bids will be accepted after the time and date shown above. ' 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 $30.41 ($28.00 plus $2.41 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) 430-720 If a bidder has questions regarding the project please contact the Project Manager, Danie Car y, at (425) 430-7293. Marilyn AKo , City Clerk Published: Daily Journal of Commerce August 8, 2000 August 14, 2000 i CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT g duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and irther, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought ollusion to secure to himself or to any other person any advantage over other Bidder or Bidders. .ND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER endor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact Tally borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as oods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti- ust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or ract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all claims to purchaser, subject to the aforementioned exception. .ND MINIMUM WAGE AFFIDAVIT FORM te undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work F this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such k; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal tract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as .t forth therein is true to my knowledge and belief. IR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Lake Washington Blvd / Burnett Avenue N Storm System Project Name of Project J 5 (.-i��I.�,fY�'o n SL12 v i ��'S --�-ycl�• Name of Bidder's Firm 2 Signature of Authorized Kepresentative of Bidder scribed and sworn to before me on this 22 day of , 20 00 iviCC,�G NpTARya Notary Public in and for the State of Washington PUBLIC ►'.soy �o ' Notary (Print) KAREN WCAULEY My appointment expires: �JO V �q, I-OW �ake Washington Blvd/Burnett Avenue N Storm System Project/DWC r Bond No.: AE 0634668 BID BOND ' KNOW ALL MEN BY THESE PRESENTS: That we, CJ's Construction Services.Inc. as Principal and Gulf Insurance Company a corporation organized and existing under and by virtue of the laws of the State of Missouri,and duly authorized to do business in the State of Washington , as Surety,are held and firmly bound unto City of Renton ,hereinafter called the Obligee, in the penal sum of five ' Percent 5(%)of the amount bid not to exceed Nine Thousand Five Hundred and No/100 Dollars ($ 9,500.00) for the payment of which in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of the above obligation is such that, ' WHEREAS,the Principal has submitted a bid for Storm System Project—Lake Washington Blvd./Burnett Ave.N. Project No. SWP 27-2837 NOW,THEREFORE, if the Principal,upon acceptance by the Obligee of his bid identified above,within the period specified therein for acceptance (sixty (60) days if no period is specified), shall execute such further contractual documents, if any, and give such bond(s) as may be required by the terms of the bid as accepted within the time specified (ten(10) days if no period is specified) after receipt of the forms by him, or in the event of failure so to ' execute such further contractual documents and give such bonds, if the Principal shall pay the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and such larger amount for which the Obligee may procure the required work covered by said bid, if the latter be in excess of the former, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and Sealed this 22nd day of August. 2000 . CJ's Construction Services,Inc. (Seal) Gulf Insurance om an Principal I.,19urety ' By: By. ary L, re',Attorney-in-Fact Surety,JpAurance Services of the NW 155 NE 100th,Suite 303 Seattle,WA 98125 Telephone(206) 527-6624 Fax No. (206) 527-4358 GULF INSURANCE COMPANY BOND ST. LOUIS, MISSOURI NUMBER AE 0634668 POWER OF ATTORNEY NAME, ADDRESS I ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE PRINCIPAL: CITY, STATE, ZIP SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL, HAVE THE; SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. CJIS Construction Services , Inc. KNOWN ALL MEN BY THESE PRESENTS:That the Gulf Insurance Com- 3210 C Street pany,a corporation duly otganized under the laws of the State of Missouri,having its WA 98002 principal office in the city of Irving, Texas, pursuant to the following resolution. Auburn, adopted by the Finance&Executive Committee of the Board of Directors of the said Company on the 10th day of August, 1993.to wit: RESOLVED,that the President,Executive Vice President or any Senior Vice ' President of the Company shall have authority to make,execute and deliver a Power of Attorney constituting as Attorney-in-Fact,such persons,firms,or corporations as may be selected from time to time;and any such Attorney-in-Fact may be removed EFFECTIVE DATE and the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the ' Finance and Executive Committee of the Board of Directors. 0 8—2 2—2 0 0 0 RESOLVED,that nothing in this Power of Attorney shall be construed as a grant of authority to the attorney(s)-in-fact to sign,execute,acknowledge,deliver or oth- CONTRACT AMOUNT erwise issue a policy or policies of insurance on behalf of Gulf Insurance Company. RESOLVED, that the signature of the President, Executive Vice President or 190 , 000.00 (EST. ) . any Senior Vice President,and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be BOND AMOUNT valid and binding upon the Company in the future with respect to any bond and 9 , 500 .00 documents relating to such bonds to which they are attached' ' Gulf Insurance Company does hereby make,constitute and appoint ---- Mary L. Faure' --- its true and lawful attomey(s)-in-fact,with full power and authority hereby conferred in its name,place and stead,to sign,execute,acknowledge and deliver in its behalf,as surety,any and all bonds and undertakings of suretyship,and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds,under- takings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attomey(s)-in-fact,pursuant to the authority herein given,are hereby ratified and confirmed. The obligation of the Company shall not exceed one million(1,000,000,dollars. IN WITNESS WHEREOF,the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed. SURANC,e �UOPPCRgT�OVA GULF INSURANCE COMPANY SEAL /Sso\) STATE OF NEW YORK ) Christopher E.Watson SS President COUNTY OF KINGS ) On the 27th day of October,1999 A.D.,before me came Christopher E.Watson,known to me personally who being by me duly sworn,did depose and say;that he resides in the County of Westchester,State of New York;that he is the President of the Gulf Insurance Company,the corporation described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instruments is such corporate seal; that it was so affixed by order of the BoaFd of Directors of said corporation and that he signed his name,thereto by`like order. JA O�pTA,9�� (� Cn Y DAVID JAFFA A �G Notary Public,State of New York (/B\ No.02JA4958634 STATE OF NEW YORK ) C[F NEB Qualified in Kings County SS Commission Expires November 13,2001 COUNTY OF NEW YORK ) ' I,the undersigned,Executive Vice President of the Gulf Insurance Company,a Missouri Corporation,DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. uRANC�r Signed and Sealed at the City of New York. ��a5 eo OpS10 jT IIIIII'IIIIIIII'IIIIIIIIIIIIIIIIIII o SEAT Dated the 22nd day of August 2000 4,�sso�c.• AE0634668 *1291530* ' Lawrence P.Miniter 8016-AE(11/99) Executive Vice President CITY OF RENTON SWP-27-2837 Lake Washington Blvd / Burnett Avenue N Storm System 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 to 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.) Printed Name Ie Z Signature Address: 3 L 10 ti G'' 5t, /J A✓� FA JkW;1 Names of Members of Partnership: OR 1kName of President of Corporation Q i lkName of Secretary of Corporation rJ (, ROc4r, Corporation Organized under the laws of 1kqrl- rc; it h 1kWith Main Office in State of Washington at 3a )L> 4C ST. Nt�, OA AtAx la id G) 00A U: Lake Washington Blvd/Burnett Avenue N Storm System Project/DWC 11 CITY OF RENTON - LAKE WASHINGTON BLVD / BURNETT AVENUE N STORM SYSTEM PROJECT - SWP-27-2837 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 eW Lump Sum $ ZyCaOv $ /yCe 2. 1 Construction Surveying, Staking, As-Builts Lump Sum $ fired hu,id/ed $ -5G ' 3. 1 Traffic Control Lump Sum $ i� fhyv,anc� $ /�j�(�C�1 $ /U Ooa 4. 1 Erosion Control Lump Sum $ t-11-1C hvild✓0CcI $ 5-66., $ 5. 1 Trench Shoring and Excavation Safety Systems Lump Sum $ 0Aje 0611, ✓ " $ j,�o $ f . ac 6. 691 24-inch CPEP Stormwater Pipe Linear Feet $ y'6, - i .fi $ /� '`L $ 796 7. 252 18-inch CPEP Stormwater Pipe Linear Feet $ fo i Dti t= $ $ 16, 332 8. 196 12-inch CPEP Stormwa er Pipe co Linear Feet $ /�j,:� $ .3e) $ 9. 85 24-inch OD HDPE Stormwater Pipe c� Linear Feet $ '(& $ $ 10. 1 Furnish, Install HDPE Fittings, Pipe For CB#3 c� Lump Sum -/-hyu;5and '&ohundfed fi $ �'�J�j $ I/Z 720� 11. 29 18-inch DI Storm Pipe Linear Feet $ h t $ $ 12. 70 12-inch PI-Storm Pipe << Linear Feet $ -', Y $ 36 $ ZJ 2 0 13. 1100 Furnish and Install Gravel Trenc(1 Backfill cc Tons $ �-rr�� t:�e(6lLv � F�S cis $ a $ ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) (figure) 14. 20 Furnish and In tall Quarry Spalis Tons $ �r �i u C� $ Z$" $ SOD.�` 15. 11 CB Type 2, 48-inch / Each $ 6 Vie- TYlou a�t YL t u i k�- J-t:c� $ Q co $ Z���t00'�c 16. 6 CB Type 1 rr ff Each $ �t �1unc "t'vQ i tri, $ SD $ �GID 17. 2 CB Type 1 L I' ct; Each $ S'v hurrac� �� Ft�, $ 7SQ $ /J`rdo 18. 1 Deflect Ex. 12" SD Into CB#3 t� Lump Sum $ 300- $ 19. 140 Furnish, Install Modular Block Wall, Fabrics c� Square Feet $ `Tiv�✓1:�y $ 2a' $ Z�8Cf0 20. 4 Furnish, Install Debris Barris and Ditch Each $ $ 25b" $ ��pQ,ciO 21. 1 Fill Ditches- Burnett Ave �? LumpSum $ �uN� ho^ �'e-d tip— $ -75-0 « $ 7J 6' 'G6 22. 1 Remove Rocks, Fill Ditch, Sta.4+40 Burnett Ave ��, Lump Sum $ 6�U� `�`,�.41W T� h� $ l zoo $ 1260 23. 1 Remove Existing Stormwater MH Each $ ;'�, u,�diet� $ $ j b' 24. 3 Remove Existing CB, Type 1 Each $ $ $ 25. 163 Remove, Dispose Existing Stormwater Pipe a� L- 'k P R Linear Feet $ /-i F-i ee&) CLb t d 1w5 $ �.�� $ ' IS-,, 1633 2. , HK5.00 DwL 26. 1 Remove, Dispose of Tree Lump Sum $ `7'ivJ y' oo NAA $ 26n0' $ Z000 27. 12 Plug Exisiting Pipes 0p a Each $ (lur ho"J'r� 4t.c .A r-"'e $ 1 25 $ /�DD ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) (figure) 28. 2 Lower Side Sewer � r ,cd Each $ �`j eoe.,' k"VA'e�A -(t � ti $ jQ $ /S—�O 29. 2000 Pavement Saw Cutting Linear Feet $ ;is H G�>ti�5 $ SD $ 1 666 30. 400 Install ACP Trench Patch, Overlay, and Curbs c� Tons $ frc�h� CQd(:lw�vs $ $ 31. 250 Furnish and Install Crushed Gravel Surfacing Tons $ C12-cA1,4/YS $ co $ 32. 1 Restore Pavement Markings Lump Sum $ A,,'J e k TL/ $ $ 33. 1 Restore Landscaping n c�C U.'lL'Lump Sum $ r�x Thcv S.a t -i- k $ raw $ 1 34. 1 Restore Complete Project Lump Sum $ �;, e h�: $ 5-6b $ o0 Subtotal: ��3,ss`�. $ 8.6% Sales Tax: Z $ Total: $ /�li f k Co rrc.c-�,�ns �[k) rTRANS AMT RECD DATE RECD BY LOF r INITIAL ANNUAL REPORT rOF FILED STATE OF WASNINGTON r CXS CONSTRUCTION SERVICES INC. APR p 7 1995 RALPH MUNRO rSECRETARY OF STATE TO AVOID POSSIBLE DISSOL UTIONIREVOCATION of your corporate status,an initial annual report must be filed with the Corporations Division of the Office of the Secretary of State within 120 days from the date Articles of Incorporation or Application for Certificate of Authority were filed,as shown below. (RCW 23B.16.220) This report is made pursuant to the laws of the State of Washington. ' 1. CJ's Construction Services Inc. was incorporated in the State of Washington on January 26, 1995: Unified Business I.D.#: 601 601 172 IF REGISTERED AGENT OR ADDRESS HAS CHANGED,COMPLETE THIS SECTION-These actions have been authorized by the Board of Directors. New Registered Agent's Name: r New Agent's Consent to Appointment: New Registered Office Address: Effective Date: r (Please Note: A Post Office Box ALONE CANNOT BE ACCEPTED as a Registered Office Address A P.O.Box may only be used in conjunction with the street address,if located in the same city). r 2. The name of the registered agent of this corporation and the address of its registered office in the State of Washington are: Jesse F. Rodriguez 21104 125th Avenue S.E. Kent, WA 98031 3. The address and phone number of the principal place of business of this corporation in the State of Washington are: r 21104 125th Avenue S.E. Kent, WA 98031 (206) 639-0893 r 4. CJ's Construction Services Inc.'s nature of business in Washington consists of construction services, pipe inspection, r and concrete restoration. Additionally,CJ's Construction Services Inc. is authorized to engage in any business,trade, or activity which may lawfully be conducted by a corporation organized under the Washington Business Corporation Act. r r � v ' ARTICLES OF AMENDMENT FILED STATE OF WASNINGTON OF CXS CONSTRUCTION SERVICES INC. APR 7 1995 RALNN MUNRO `—'1 cl SECRETARY OF STATE fir,47 2� Pursuant to RCW 23B.10.060 of the Washington Business Corporation Act,CJ's Construction Services Inc. 1�; r_D hereby amends its Articles of Incorporation as stated below. R! CJ's Construction Services Inc. was incorporated in the State of Washington on January 26, 1995. Said ' corporation's Unified Business ID number is 601 601 172. Paragraph number 2 of the Articles of Incorporation shall be amended to state: ' 2. The number of shares the corporation is authorized to issue is 50,000. The above-stated amendment was adopted by the Board of Directors of CJ's Construction Services Inc. on ' a)/, (,., I iG I S . Shareholder action was not required. These Articles of Amendment are effective upon filing with the Secretary of State. 3 ,f, 11 1-e'1-ZZ Date Jesse F. Rodriguez, President 1 5. The names and addresses of the Directors of this corporation are as follows: ' Jesse F. Rodriguez, Chair of Board of Directors Cheryl W. Rodriguez, Director 21104 125th Avenue S.E. 21104 125th Avenue S.E. ' Kent, WA 98031 Kent, WA 98031 ' 6. The names and addresses of the officers of this corporation are as follows: President Jesse F. Rodriguez 21104 125th Avenue S.E. Kent, WA 98031 ' Secretary Cheryl W. Rodriguez Z,4j e (1 21104 125th Avenue S.E. ' Kent, WA 98031 Date Jesse F. Rodriguez,President ' - ' (Document must be signed by either the Chair of the Board of Directors or by an officer listed above). 1 1 BOND TO THE CITY OF RENTON Bond No. AE 0634676 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned CJ ' s Construction , Services , Inc. as principal, and Gulf Insurance Company corporation organized and existing under the laws of the State of Missouri 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 $188,512.22 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. tThis obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Seattle, , Washington, this 3 0 t h day of August 2000 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG SW P-2 7-2 8 3�roviding for construction of Lake Washington Blvd / Burnett Avenue N Storm System 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. CJ ' s Construction Services , Inc. Gulf Insurance Company Principal Surety Signature Signature aure G A orney in fact Title U Title Approved by Larry Warren 2/14/92 U: Lake Washington Blvd/Burnett Avenue N Storm System Project/DWC GULF INSURANCE COMPANY -BOND ST. LOUIS, MISSOURI NUMBER AE 0634676 POWER OF ATTORNEY NAME, ADDRESS IGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE PRINCIPAL: CITY, STATE, ZIP FETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE ME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. CJ ' s Construction Services , Inc. KNOWN ALL MEN BY THESE PRESENTS:That the Gulf Insurance Com- 3210 C Street NE any,a corporation duly organized under the laws of the State of Missouri,having its ncipal office in the city of Irving, Texas, pursuant to the following resolution, Auburn, WA 98002 opted by the Finance&Executive Committee of the Board of Directors of the said Company on the 10th day of August, 1993,to wit: "RESOLVED,that the President,Executive Vice President or any Senior Vice Resident of the Company shall have authority to make,execute and deliver a Power Attorney constituting as Attorney-in-Fact,such persons,firms,or corporations as y be selected from time to time;and any such Attorney-in-Fact may be removed EFFECTIVE DATE and the authority granted him revoked by the President, or any Executive Vice President, or any Senior Vice President, or by the Board of Directors or by the nance and Executive Committee of the Board of Directors. 8—3 O—2 O O O RESOLVED,that nothing in this Power of Attorney shall be construed as a grant authority to the attorney(s)-in-fact to sign,execute,acknowledge,deliver or oth- CONTRACT AMOUNT erwise issue a policy or policies of insurance on behalf of Gulf Insurance Company. RESOLVED,that the signature of the President,Executive Vice President or 188 , 512 .22 �y Senior Vice President,and the Seal of the Company may be affixed to any such wer of Attorney or any certificate relating thereto by facsimile, and any such wens so executed and certified by facsimile signature and facsimile seal shall be BOND AMOUNT valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are attached" $ 188 , 512 .22 P & P If Insurance Company does hereby make,constitute and appoint Mary L. Faure' its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name,place and stead,to sign,execute,acknowledge and deliver in its ft.half,as surety,any and all bonds and undertakings of suretyship,and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds,under- ings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said orney(s)-in-fact,pursuant to the authority herein given,are hereby ratified and confirmed. The obligation of the Company shall not exceed one million(1,000,000)dollars. IN WITNESS WHEREOF,the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to hereto affixed. aSupANCE 4L C GULF INSURANCE COMPANY `VOPpq�r�0,;9 . SEAL gfjSSOVQ ATE OF NEW YORK ) Christopher E.Watson SS President ILLINTY OF KINGS ) On the 27th day of October,1999 A.D.,before me came Christopher E.Watson,known to me personally who being by me duly sworn,did depose and Fit;that he resides in the County of Westchester,State of New York;that he is the President of the Gulf Insurance Company,the corporation described inffi which executed the above instrument;that he knows the seal of said corporation;that the seal axed to the said instruments is such corporate seal; t was so affixed by order of the Board of Directors of said corporation and that he signed his name,thereto by like order. �OT�� Y DAVID JAFFA A(1B\�G 0 Notary Public,State of New York F No.02JA4958634 ATE OF NEW YORK ) OF N Qualified in Kings County SS Commission Expires November 13,2001 OUNTY OF NEW YORK ) I,the undersigned,Executive Vice President of the Gulf Insurance Company,a Missouri Corporation,DO HEREBY CERTIFY that the foregoing and �tached POWER OF ATTORNEY remains in full force. Signed and Sealed at the City of New York. PANCE o � p.POgy o'r� II IIIII IIIII IIIII IIIII IIIII IIIII III � � r� 7 Dated the 30 th day of August ,211 OO u SEAL Q•` AE0634676 *1291538* 30U (} 11116-AE(ll/99) Lawrence P.Miniter Executive Vice President ,ty CITY OF RENTON �1 O� FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE C� 15, LeflIS41Zo., ���a�i r�t G hereby confirms and declares that (Name of contractor/subcontractor/consultant/supplier) I. It is the policy of G Spy-eICZs 7,�« to offer equal (Name of con tractor/subcontractor/consultant/suppIier) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. ( T � Q�S�'r��piL complies with all applicable (Name of contractor/subcontractor/consultant/supplier) ' federal, state and local laws governing non-discrimination in employment. II. When applicable, 4f n din will seek out and (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. ' Print Agen epresentative's Name sa_,- CEA_ n/ — Print Agent/Representa ive's Title Agent/Repres ative's Signature " q -S - '_:� vv() Date Signed ' Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s)with the contract. r ' Contracts other than Federal-Aid FHWA CONTRACTS OTHER THAN FEDERAL-AID FHWA ' THIS AGREEMENT, made and entered into this day of -, , 20 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and CJ's Construction Services, Inc. hereinafter referred to as "CONTRACTOR." ' WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within forty five [ 45 ] 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-27-2837 for improvement by ' construction and installation of: Lake Washington Blvd / Burnett Avenue N Storm System Proiect . All the foregoing shall be timely performed, furnished, constructed, installed and ' completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton ' and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to ' the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. ' 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 U: Lake Washington Blvd/Burnett Avenue N Storm System Project/DWC ' 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 ' 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 tCity, its officers or employees and provided further that if claims or suits are caused by U:Lake Washington Blvd/Burnett Avenue N Storm System Project/DWC Contracts other than Federal-Aid FHWA or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by ' RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. i6) 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. i7) 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 forty five [ 45 ] 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. r U: Lake Washington Blvd/Burnett Avenue N Storm System Project/DWC Contracts other than Federal-Aid FHWA ' R 11) The total amount of this contract is the sum of $188,512.22 One Hundred Eighty Eight Thousand Five Hundred and twelve dollars and 22 cents. ' 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 iattested 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 Pr ident/Partner/Owner Ma ST ' Secretary City Clerk dba C0r►51rtxcfia,n S?rviGts, ZhG. Firm Name check one P Individual P Partnership P Corporation Incorporated in JJ11_S /7 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. t U:Lake Washington Blvd/Burnett Avenue N Storm System Project/DWC CITY OF RENTON INSURANCE INFORMATION FORM FOR: o PROJECT NUMBER: l V V V STAFF CONTACT: ' Certificate of Insurance indicates the coverages/limits specified in contract? D"'Yes ❑ No Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an p� ISO 1993 Occurrence Form or Equivalent? W-Yes ❑ No (If no, attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes A No General Aggregate provided on a"per project basis(CG2503)?* Yes ❑ No Additional Insured wording provided?* / ` Yes ❑ No ' Coverage on a primary basis and non-contributing basis?* Yes ❑ No Waiver of Subrogation Clause applies?* 14� Yes ❑ No rSeverability of Interest Clause(Cross Liability)applies? kYes ❑ No Notice of Cancel lation/Non-Renewal amended to 45 days?* Yes ❑ No ' * To be shown on certificate of insurance AM BEST'S RATING FOR CARRIER: l GL � Auto Umb-a A- Professional `v JA ' This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE, The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. -Tt-14-7�tscG. I t Jc_ '� [ G ' AgencyBroker 7 Completed IV(Type or Print Name) f�- o-?, 55Z� 4 ,� (� Address Com leted By( ign e) (�_/) 6� 6), - 6o Name of person to contact lephone umber NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE Rev 1/95 Packet 1 ......... ;:::.. RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION iTYRISCO, Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO BOX 55219 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE Seattle WA 9 815 5- COMPANY (206) 527-6685 ( ) - A Reliance Insurance Company INSURED COMPANY CJ' s Construction Services, B Inc . COMPANY 3210 C Street NE, Suite #A C Auburn WA 9 8 0 0 2— COMPANY ( ) - D ...... coV >fr .::::: >::::: ....: ::>::::>::>:::::::::::.:::::>:: ... _. .,.. . 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/VY) A GENERAL LIABILITY GENERAL AGGREGATE $2 0001000 X COMMERCIAL GENERAL LIABILTY PB 8 618 3 8 0 01/01/0 0 0 1/0 1/0 1 PRODUCTS-COMP/OP AGG S2 0 0 0, 000 CLAIMS MADE X�OCCUR PERSONAL&ADV INJURY $1, 000 000 X OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $1, 000, 000 X CONTRACTUAL FIRE DAMAGE(Any one fire) $ 100, 000 , IVIED EXP(Any one person) $ 5 000 A AUTOMOBILE LIABILITY X ANY AUTO PB8618380 01/01/00 01/01/01 COMBINED SINGLE LIMIT $1, 000, 000 ALL OWNED AUTOS 3 BODILY INJURY $ '6�1V SCHEDULED AUTOS � (Per person) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS AUG 2 g 2400 (Per accident) YOF ��I.ITOs PROPERTY DAMAGE $ GARAGE LIABILITY l)TIL� AUTO ONLY-EA ACCIDENT $ ANY AUTO / / / / OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ JA EXCESS LIABILITY EACH OCCURRENCE s5, 000, 000 X UMBRELLA FORM QU 8 618 3 8 0 O 1/01/0 0 01/01/O 1 AGGREGATE s5, 000, 000 OTHER THAN UMBRELLA FORM RETAINED $ 10, 000 A TORY LIMITS X ER EMPLOYERS'LIABILITY PB 8 618 3 8 0 01/01/0 0 O 1/01/01 EL EACH ACCIDENT $1, 0 0 0, 0 0 0 THE PROPRIETOR/ INCL EL DISEASE-POUCY LIMIT $1, 0 0 0, 0 0 0 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $1 0 0 O 0 0 0 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE: CONTRACT #RENTON100001; ADDITIONAL INSURED: CITY OF RENTON PER FORM CG7680 ATTACHED FORMS CG2503 & CG2404 ARE ATTACHED AND APPLY "NIC OR SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF RENTON EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILLS MAIL ATTN: DANIEL CAREY 4 5 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, RENTON CITY HALL - 5TH FLOOR 1055 S . GRADY WAY RENTON WA 98055 AUTHORIZED REPRESEN TIV I _00 Ali '' w{f! �••.. 14POftATIOi�^i 988 INSURED: CJ's Construction Services, Inc. POLICY NUMBER: PB8618380 COMMERCIAL GENERAL LIABILITY ' COMPANY: Reliance Insurance Co CG 76 80 03 96 Effective: 01/01/00 to 01/01/01 ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ' ADDITIONAL INSURED PRIMARY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ' SCHEDULE Name of Person or Organization: ' CITY OF RENTON ' (If no entry appears above, information required to complete this endorsement will be show in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule subject to the following provisions. 1. This insurance applies only with respect to liability: a. Arising out of your ongoing operations for that insured by or for you; or b. Arising from the general supervision of your ongoing operations by the person or ' organization shown in the schedule 2. This insurance does not apply to "bodily injury" or "property damage" arising out of the sole negligence or willful misconduct of, or for defects in design furnished by, the person or organization shown in the Schedule ' With respect to the insurance afforded the additional insured, paragraph 4 of COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV) is deleted and replaced by the following: ' 4. Other Insurance a. This insurance is primary and noncontributory, and our obligations are not affected by any other insurance carried by such additional insured whether primary, excess, contingent or on ' any other basis. b. This additional privision applies only to the person or organization shown in the schedule ' CG 20 10 10 93 Copyright, Insurance Services Office, Inc. 1992 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' AMENDMENT-AGGREGATE LIMITS OF INSURANCE (PER PROJECT) ' This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your ' projects away from premises owned by or rented to you. 0 o co ' INSURED: Q's Construction, Inc. POLICY NUMBER: PB8618380 TERM: 01/01/00 to 01/01/01 ' CG 25 03 11 85 1 Policy Number: PB 8618380 Endorsement Effective: 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS ' This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. 1 OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART. SCHEDULE 0 Name of Person or Organization: m WHEN REQUIRED BY CONTRACT AND SHOWN ON CERTIFICATE ' We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of your work done under a contract with that person or organization. The waiver applies only to the person or organization shown in the Schedule. i i 1 1 1 i 1 1 INSURED: O's Construction, Inc. TF_K 01/01/00 to 01/01/01 1 1 CG 24 04 11 85 01 /14/2000 PREVAILING MINIMUM HOURLY WAGE RATES 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 1 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 1 request. Company Name By: Title: i 1 i 1 1 1 1 1 1 1 �aE ctAT£ .n O 4 4. o > d QY H IBB9� STATE OF WASHINGTON ' DEPARTMENT OF LABOR AND INDUSTRIES PREVAILING WAGE OFFICE PO Box 44540, OLYMPIA,WA 985044540 (360) 902-5335 FAX(360) 902-5300 February 1, 2000 TO: Public Agencies and Interested Parties FROM: Jim P. Christensen, Industrial Statistici SUBJECT: Revised Prevailing Wage Rates Enclosed are the revised prevailing wage rates. These rates apply to all public works contracts bid on or after Thursday, March 2, 2000. These rates are required to be included in your bid specifications and in your contracts for public work. Please do include them. (RCW 39.12.030). ' There is a simple, fast way to handle prevailing wage paperwork and get your contractor paid very quickly on projects under$2,500. Please call the phone number above for details. Visit the Prevailing Wage Internet site at www.ini.wa.gov/prevailingwage to obtain current wage rates, scope of work descriptions, and prevailing wage laws. ' A BENEFIT CODE KEY-EFFECTIVE 03-02-00 ........................................................................................................................ OVERTAKE 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 BENEFTTS ACTUALLY PROVIDED FOR THE WORKER �l. 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. E. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS),SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES 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 H ALL HOURS WORLD 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 WORLD 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 TRAES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. 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 TIMES 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 TIRE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY-EFFECTIVE 03-02-00 -2- 1. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ON& HALF TIMES 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 TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. , C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF T AE.S THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ' INCLUDING HOLIDAY PAY. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. , 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). 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, WASHINGTON'S BIRTHDAY, 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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). BENEFIT CODE KEY-EFFECITVE 03-02-00 -3- 5. 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 CHRIMMAS DAY(6). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, 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, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRIMMAS DAY,AND A DAY OF THE EMPLOYEES CHOICE(7). 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 CHRIMMAS 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, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, 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, WASHINGTON'S BIRTHDAY, 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 LUT HER KING JR-DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRIMMAS 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) ' 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. BENEFIT CODE KEY-EFFECTIVE 03-02-00 -4- 6. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR DAY; WASHINGTONS BIRTHDAY; MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY(8). 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, WASHINGTONS BIRTHDAY, 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, DAY BEFORE INDEPENDENCE DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(10). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEES 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,EMPLOYEES BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TAMES 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 175'-S2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-S5.50 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'-S 1.50 PER FOOT FOR EACH FOOT OVER 100 FEET ' OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL S1.00 PER HOUR- E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR(4)HOURS IN ANY ONE(1) DAY SHALL RECEIVE A WAGE SUPPLEMENT OF TWENTY-FOUR DOLLARS(S24.00)IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: S0.75, LEVEL B:S0.50, AND LEVEL C:S025. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A & B: S1.00, LEVELS C&D:$0.50. , N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:S 1.00,LEVEL B:S0.75,LEVEL C:$0.50, AND LEVEL D:S025. O 4 f n o= Oy �H1 iev� STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PREVAILING WAGE PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 (360) 902-5335 FAX (360) 902-5300 * * * NOTICE * * * The Washington State Supreme Court ruled in Everett Concrete v. Department of Labor and Industries that workers employed in the fabrication or manufacture of items specifically produced for public works projects are covered under Chapter 39.12 RCW. The law establishes that the applicable prevailing wages which must be paid to laborers, workers and mechanics are the wages that have been established for the county in which the actual physical work is performed. Because the fabrication or manufacture is performed off-site, this may not be the same county in which the job site is located. Because contract awarding agencies must include the prevailing wages in their contract or bid specifications for all potential bidders, the off-site wages for every county in the state must be included. This insures that manufacturers located in other counties will be provided with the wages that apply to them. The following is a list of work that may include the fabrication or manufacture of items produced specifically for a public works project. This list is not intended to include standard items that are always available and may be purchased on the general market. Questions regarding whether the production of a specific item is covered should be directed to the office of the Industrial Statistician. Cabinet, Sash, Door and Furniture Making (wood) Fabricated Precast Concrete Products (Structural, Architectural and Utility concrete) Industrial Engine and Machine Mechanics Metal Fabrication (In-shop) - (Ironworkers, Boilermakers) Modular Buildings (Including customized prefabricated housing) Sheet Metal Work (Air ducts, ventilation systems, except round flex hose) S.ign Making and Installation (Electrical and non-electrical) 0�18 State of Washington ' Department of Labor and Industries Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 985044540 Washington State Prevailing Wage Rates 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. CABINET MAKERS (IN SHOP) EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS,ASOTIN, BENTON,CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,GARFIELD,GRANT, KITTITAS, LINCOLN,OKANOGAN, PEND OREILLE,STEVENS,WALLA WALLA,WHITMAN AND YAKIMA JOURNEY LEVEL $8.45 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND,JEFFERSON, KITSAP, KLICKITAT,LEWIS, MASON, PACIFIC,SAN JUAN,SKAGIT,SKAMANIA,SNOHOMISH,THURSTON,WAHKIAKUM AND WHATCOM JOURNEY LEVEL $13.12 ' Counties Covered: KING ' JOURNEY LEVEL $11 71 1 Counties Covered: PIERCE JOURNEY LEVEL $11 69 1 Counties Covered: SPOKANE JOURNEY LEVEL $9.72 1 ' State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 985044540 Washington State Prevailing Wage Rates 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. FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS,ASOTIN, BENTON, COLUMBIA,DOUGLAS, FERRY, FRANKLIN,GARFIELD,GRANT, LINCOLN, OKANOGAN, PEND OREILLE,STEVENS,WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $8.61 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR,ISLAND,JEFFERSON, KITSAP, LEWIS,MASON,PACIFIC, SAN JUAN,SKAGIT,SNOHOMISH,THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 Counties Covered: KING ARCHITECTURAL AND PRESTRESSED CONCRETE-All $10.20 Classifications 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 Counties Covered: PIERCE ALL CLASSIFICATIONS $8.00 1 ' Counties Covered: SPOKANE LABORER $6.50 1 MACHINE OPERATOR $10.33 1 FABRICATED PRECAST CONCRETE PRODUCTS ' EFFECTIVE 03-02-00 (See Benefit Code Key) ' Over PREVAILING Time Holiday Note Classification — WAGE Code Code Code Counties Covered: WHATCOM CARPENTER $11.43 CONCRETE FINISHER $12.53 LABORER $8.43 REBAR $14.60 � Counties Covered: YAKIMA CRAFTSMAN $8.65 LABORER $6.50 PRODUCTION WORKER $7.15 1 r State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(3W)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include bath 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. INDUSTRIAL ENGINE AND MACHINE MECHANICS EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS,ASOTIN, BENTON,CHELAN,CLALLAM,CLARK, COLUMBIA, COW=DOUGLAS,FERRY, FRANKLIN,GARFIELD,GRANT,GRAYS HARBOR,ISLAND,JEFFERSON, KING, KITSAP, K=AS, ' KLICKITAT,LEWIS, LINCOLN, MASON,OKANOGAN, PACIFIC, PEND OREILLE,PIERCE,SAN JUAN,SKAGIT,SKAMANIA, SNOHOMISH, SPOKANE,STEVENS,THURSTON,WAHKIAKUM,WALLA WALLA,WHATCOM,WHITMAN, AND YAKIMA MECHANIC $15.65 r r i 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 The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total.A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: , ADAMS,ASOTIN, COLUMBIA,DOUGLAS, FERRY, FRANKLIN,GARFIELD, KrMTAS, LINCOLN, OKANOGAN, PEND OREILLE,STEVENS,WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: BENTON LABORER $7.06 1 MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 Counties Covered: CHELAN FITTER $15 04 1 LABORER $8.77 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 ' Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND,JEFFERSON, LEWIS, MASON,PACIFIC,SAN JUAN AND SKAGIT FITrERfWELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $21.20 11 6U LABORER $15.40 11 6U LAYEROUT $21.53 1.1 6U MACHINE OPERATOR $15.87 1.1 61-1 PAINTER $18.31 1.1 61-1 WELDER $20.71 11 6U METAL FABRICATION (IN SHOP) EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification - WAGE Code Code Code Counties Covered: COWLITZ FITTER $21.62 1B 6V LABORER $16.76 1B 6V MACHINE OPERATOR $21.62 1B 6V WELDER $21.62 1B 6V Counties Covered: GRANT FITTERNVE LDE R $10.79 1 PAINTER $7.45 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 1 WELDER $15.48 1 Counties Covered: KITSAP FITTER $26.96 1 LABORER $6.50 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KLICKITAT,SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $9.25 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 METAL FABRICATION (IN SHOP) 1 EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification - WAGE Code Code Code Counties Covered: SPOKANE FITTER $12.59 1 LABORER $7.98 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Counties Covered: THURSTON ' FITTER $20.19 1R 6T LABORER $10.94 1R 6T ' LAYEROUT $22.03 1 R 6T MACHINE OPERATOR $14.64 1R 6T WELDER $18.33 1R 6T Counties Covered: WHATCOM FITTERIWELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: ' YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 l 1 1 1 State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 9850"540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include bath 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. SHEET METAL WORKERS EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS,ASOTIN, CHELAN,DOUGLAS, FERRY,GRANT,LINCOLN,OKANOGAN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN tJOURNEY LEVEL $29.85 1B 5A Counties Covered: BENTON, COLUMBIA, FRANKLIN,GARFIELD, KITTITAS, KLICKITAT,WALLA WALLA AND YAKIMA JOURNEY LEVEL $31.52 18 5A Counties Covered: CLALLAM, ISLAND,KING,KITSAP AND SNOHOMISH JOURNEY LEVEL $36.13 1J 6L Counties Covered: CLARK AND SKAMANIA JOURNEY LEVEL $34.30 1B 5A Counties Covered: COWLITZ, GRAYS HARBOR, LEWIS,MASON, PACIFIC,PIERCE,THURSTON AND WAHKIAKUM JOURNEY LEVEL $35.83 1J 6L Counties Covered: JEFFERSON . JOURNEY LEVEL $33.53 1 Counties Covered: SAN JUAN,SKAGIT AND WHATCOM JOURNEY LEVEL $32.15 1J 6L r State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 985044540 Washington State Prevailing Wage Rates 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. SIGN MAKERS & INSTALLERS (ELECTRICAL) EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE,SPOKANE,STEVENS,WHITMAN JOURNEY LEVEL $13.91 1R 5A Counties Covered: CLALLAM,JEFFERSON, KING AND KITSAP JOURNEY LEVEL $19 29 1 STOCK PERSON $10.39 1 Counties Covered: CLARK, KLICKITAT AND SKAMANIA JOURNEY LEVEL $16 83 1R 5A , Counties Covered: COWLITZ AND WAHKIAKUM JOURNEY LEVEL $16 gg 1 Counties Covered: GRAYS HARBOR, LEWIS,MASON, PACIFIC,PIERCE AND THURSTON JOURNEY LEVEL $18 04 1 Counties Covered: ISLAND,SKAGIT,SNOHOMISH AND WHATCOM JOURNEY LEVEL $16.03 1 STOCK PERSON $g 69 1 Counties Covered: SAN JUAN JOURNEY LEVEL $9.75 1R 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 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. SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) EFFECTIVE 03-02-00 .......�.....,.. (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties CorADAMS, : FERRY, UNCON, PEDOREILLOKANE,STEVENS,�WHITM�AN JOURNEY LEVEL $13.91 1 Counties Covered: ASOTIN, BENTON, CHELAN,COLUMBIA,DOUGLAS, FRANKLIN, GARFIELD,GRANT, KITTITAS, OKANOGAN,WALLA WALLA AND YAKIMA JOURNEY LEVEL $14.65 1 Counties Covered: CLALLAM, ISLAND AND JEFFERSON i JOURNEY LEVEL $12 15 1 Counties Covered: CLARK, KLICKITAT AND SKAMANIA SHEET METAL WORKER $16.83 1R 5A SIGN PAINTER $16.83 1R 5A Counties Covered: COWLITZ AND WAHKIAKUM INSTALLER $16.74 1 SHEET METAL WORKER $16.13 1 SIGN PAINTER $17 34 1 Counties Covered: GRAYS HARBOR, KITSAP, LEWIS, MASON,PACIFIC, PIERCE AND THURSTON SIGN HANGER $18 04 1 SIGN PAINTER $20.80 1 Counties Covered: KING CONSTRUCTION $18.05 1 CONSTRUCTION"B' $10.33 1 PRODUCTION SILK SCREENER 1 $10.24 SHOP PERSON $7 41 1 SIGN HANGER $18.05 1 SIGN PAINTER $20 81 1 SILK SCREENER $14.58 1 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) 1 EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification _ WAGE Code Code Code Counties Covered: , SAN JUAN JOURNEY LEVEL $9 75 Counties Covered: SKAGIT, SNOHOMISH AND WHATCOM JOURNEY LEVEL $16.03 State of Washington Department of Labor and Industries Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 9a5O"540 iWashington State Prevailing Wage Rates 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. BUILDING SERVICE EMPLOYEES EFFECTIVE 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS,ASOTIN, BENTON, CHELAN,COLUMBIA, DOUGLAS, FERRY, FRANKLIN,GARFIELD,GRANT, KITTITAS, KLICKITAT, LINCOLN, OKANOGAN,PEND OREILLE,SPOKANE,STEVENS,WALLA WALLA, WHITMAN AND YAKIMA JANITOR $6.50 1 WAXER $6.50 1 WINDOW CLEANER $6.50 1 Counties Covered: CLALLAM, GRAYS HARBOR,JEFFERSON, KITSAP, LEWIS,MASON, PACIFIC,PIERCE AND THURSTON JANITOR $6.89 1B 5U WAXER $7.30 1B 5U -� WINDOW CLEANER $10.69 1B 5U Counties Covered: CLARK AND SKAMANIA JANITOR $7.62 1 5V WAXER $9.53 1 5V WINDOW CLEANER $11.77 1 SV Counties Covered: COWLITZ AND WAHKIAKUM JANITOR $6.50 1 WAXER $6.77 1 5W WINDOW&RUG CLEANER $6.77 1 5W Counties Covered: ISLAND,SAN JUAN,SKAGIT AND WHATCOM JANITOR $6.50 1 WAXER $6.50 1 WINDOW CLEANER $6.50 1 Counties Covered: KING JANITOR $11.89 2F 50 TRAVELING WAXER/SHAMPOOER $12.31 2F 50 WINDOW CLEANER(NON-SCAFFOLD) $16.63 2F 50 WINDOW CLEANER(SCAFFOLD) $17.63 2F 50 Page 1 BUILDING SERVICE EMPLOYEES EFFECTIVE 03-02-00 ------------ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification — WAGE Code Code Code Counties Covered: r SNOHOMISH JANITOR ' $6.50 WAXER � $6.50 WINDOW CLEANER $6.50 Page 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540.Olympia,WA 985044W 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 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $27.43 1M 5D BOILERMAKERS JOURNEY LEVEL $34.83 1 B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $32.77 1 H 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11.71 1 CARPENTERS ACOUSTICAL WORKER $32.03 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $31.87 1M 5D CARPENTER $31.87 1M 5D CREOSOTED MATERIAL $31.97 1M 5D DRYWALL APPLICATOR $31.87 1M 5D FLOOR FINISHER $32.00 1M 5D FLOOR LAYER $32.00 1M 5D FLOOR SANDER $32.00 1M 5D MILLWRIGHT AND MACHINE ERECTORS $32.87 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $32.07 1M 5D SAWFILER $32.00 1M 5D SHINGLER $32.00 1M 5D STATIONARY POWER SAW OPERATOR $32.00 1M 5D STATIONARY WOODWORKING TOOLS $32.00 1M 5D CEMENT MASONS JOURNEY LEVEL $32.80 1M 5D DIVERS 3 TENDERS DIVER $69.34 1M 5D 8A DIVER TENDER $34.38 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $32.57 1T 5D 8L ASSISTANT MATE(DECKHAND) $32.13 1T 5D 8L BOATMEN $32.57 1T 5D 8L ENGINEER WELDER $32.62 1T 5D 8L LEVERMAN,HYDRAULIC $34.01 1T 5D 8L MAINTENANCE $32.13 1T 5D 8L MATES $32.57 1T 5D 8L OILER $32.23 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $32.03 1.1 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1J 5A ELECTRICIANS INSIDE CABLE SPLICER $40.82 11 6H ' Page 1 KING COUNTY ' Effective 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CABLE SPLICER(TUNNEL) $56.15 11 6H CERTIFIED WELDER $39.32 1.1 6H CERTIFIED WELDER(TUNNEL) $53.97 1.1 6H CONSTRUCTION STOCK PERSON $20_90 1.1 6H JOURNEY LEVEL $37.83 1.1 6H JOURNEY LEVEL(TUNNEL) $51.77 11 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERUNE CONSTRUCTION CABLE SPLICER $37.40 4A 5A BE CERTIFIED LINE WELDER $34.40 4A 5A BE GROUNDPERSON $24.56 4A 5A 8E ' HEAD GROUNDPERSON $25.82 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $34.40 4A 5A BE JACKHAMMER OPERATOR $25.82 4A 5A BE JOURNEY LEVEL LINEPERSON $34.40 4A 5A BE LINE EQUIPMENT OPERATOR $28.85 4A 5A BE POLE SPRAYER $34.40 4A 5A 8E POWDERPERSON $25.82 4A 5A 8E ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $29.42 4A 61 MECHANIC $89.76 4A 61 MECHANIC IN CHARGE $43.90 4A 61 PROBATIONARY CONSTRUCTOR $15.35 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $10.20 1 ALL OTHER CONCRETE PRODUCTS-Carpenter $18.77 1B 6S ALL OTHER CONCRETE PRODUCTS-Clean-up $17.99 113 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 $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $22.75 1M 5D GLAZIERS JOURNEY LEVEL $32.21 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $33.33 1 F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1.1 5A INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 Page 2 , KING COUNTY Effective 03-02-00 +f:*.,t*try*+.*,�,t�w,r«,t*+ •.t**,r++,r,rt.,t (See Benefit Code Key) Over _ PREVAILING Time Holiday Note Classification WAGE Code Code Code INLAND BOATMEN DECKHAND $24.59 1K 5D ENGINEER-DECKHAND $26.56 1K 5D OPERATOR $27.50 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 $6.50 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $28.77 1M 5D IRONWORKERS JOURNEY LEVEL $34.47 1B 5A LABORERS ASPHALT RAKER $27.91 1M 5D BALLAST REGULATOR MACHINE $27.43 1M 5D BATCH WEIGHMAN $22.75 1M 5D CARPENTER TENDER $27.43 1M 5D CASSION WORKER $2827 1M 5D CEMENT DUMPER/PAVING $27.91 1M 5D CEMENT FINISHER TENDER $27.43 1M 5D CHIPPING GUN(OVER 30 LBS) $27.91 1M 5D CHIPPING GUN(UNDER 30 LBS) $27.43 1M 5D CHUCKTENDER $27.43 1M 5D CLEAN-UP LABORER $27.43 1M 5D CONCRETE FORM STRIPPER $27.43 1M 5D CONCRETE SAW OPERATOR $27.91 1M 5D CRUSHER FEEDER $22.75 1M 5D CURING LABORER $27.43 1M 5D DEMOLITION,WRECKING 8 MOVING(INCLUDING CHARRED MATERIALS) $27.43 1M 5D DITCH DIGGER $27.43 1M 5D DIVER $2827 1M 5D DRILL OPERATOR(HYDRAULIC.DIAMOND) $27.91 1M 5D DRILL OPERATOR,AIRTRAC $28.27 1M 5D DUMPMAN $27.43 1M 5D FALLERIBUCKER,CHAIN SAW $27.91 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $20.43 1M 5D construction debris cleanup) FINE GRADERS $27.43 1M 5D FIRE WATCH $27.43 1M 5D FORM SETTER $27.43 1M 5D GABION BASKET BUILDER $27.43 1M 5D GENERAL LABORER $27.43 1M 5D GRADE CHECKER 8 TRANSIT PERSON $27.91 1M 5D GRINDERS $27.43 1M 5D GROUT MACHINE TENDER $27.43 1M 5D HAZARDOUS WASTE WORKER LEVEL A $2827 1M 5D HAZARDOUS WASTE WORKER LEVEL B $27.91 1M 5D HAZARDOUS WASTE WORKER LEVEL C $27.43 1M 5D HIGH SCALER $2827 1M 5D HOD CARRIER/MORTARMAN $27.91 1M 5D Page 3 KING COUNTY Effective 03-02-00 �►�rrrrrtrrr,trrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr:rrrrrrrrrrrtrrrrr:rrrrrrrrrrrrrirrrrr*r*rrrrrrrr (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code JACKHAMMER $27.91 1M 5D LASER BEAM OPERATOR $27.91 1M 5D MINER $28.27 1M 5D N0771 MAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $27.91 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $27.91 1M 5D , PILOT CAR $22.75 1M 5D PIPE RELINER(NOT INSERT TYPE) $27.91 1M 5D PIPELAYER&CAULKER $27.91 1M 5D PIPELAYER&CAULKER(LEAD) $2827 1M 5D PIPEWRAPPER $27.91 1M 5D POTTENDER $27.43 1M 50 POWDERMAN $2827 1M 5D POWDERMAN HELPER $27.43 1M 5D POWERJACKS $27.91 1M 5D RAILROAD SPIKE PULLER(POWER) $27.91 1M 5D RE-TIMBERMAN $28.27 1M 5D RIPRAP MAN $27.43 1M 5D SIGNALMAN $27.43 1M 5D SLOPER SPRAYMAN $27.43 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $27.91 1M 5D SPREADER(CONCRETE) $27.91 1M 5D STAKE HOPPER $27.43 1M 5D STOCKPILER $27.43 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $27.91 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $27.91 1M 5D TOOLROOM MAN(AT JOB SITE) $27.43 1M 5D TOPPER-TALLER $27.43 1M 5D TRACK LABORER $27.43 1M 5D TRACK LINER(POWER) $27.91 1M 5D TUGGER OPERATOR $27.91 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $27.43 1M 5D VIBRATOR $27.91 1M 5D WELDER $27.43 1M 5D WELL-POINT LABORER $27.91 1M 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $27.43 1M 5D PIPE LAYER $27.91 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $32.05 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 Page 4 KING COUNTY Effective 03-02-00 w.*i,r«,►+,r.tt**t,rt,r**,r.*++,r,.:irr*,►*,.t,r «++•+i•..trrr+.r.+t.,r*...tr.�,r,.t,r*+.,rw�s�,t+r.*,r (See Benefit Code Key) Over _ PREVAILING Time Holiday Note Classification WAGE Code Code Code MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $926 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 1 PAINTERS JOURNEY LEVEL $25.40 2B 5A PLASTERERS JOURNEY LEVEL $32.88 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $40.91 1B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $30.49 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $32.95 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $33.39 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $33.89 1T 5D 8L BACKHOES, (75 HP&UNDER) $32.59 1T 5D 8L BACKHOES, (OVER 75 HP) $32.95 1T 5D 8L BARRIER MACHINE(ZIPPER) $32.95 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $32.95 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $32.59 1T 5D 8L BOBCAT $30.49 1T 5D 8L BROOMS $30.49 1T 5D 8L BUMP CUTTER $32.95 1T 5D 8L CABLEWAYS $33.39 1T 5D 8L CHIPPER $32.95 1T 5D 8L COMPRESSORS $30.49 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $30.49 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $32.95 1T 5D 8L CONCRETE PUMPS $32.59 1T 5D 8L CONVEYORS $32.59 1T 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $32.59 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $32.95 1T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $33.39 1T 5D 8L WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $33.89 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $34.39 1T 5D 8L WITH ATTACHMENTS) CRANES,A FRAME, 10 TON AND UNDER $30.49 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $32.59 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $34.89 1T 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $32.95 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $33.39 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $33.89 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $33.89 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $34.39 1T 5D 8L Page 5 KING COUNTY Effective 03-02-00 ++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRUSHERS $32.95 1T 5D 8L DECK ENGINEERIDECK WINCHES(POWER) $32.95 1T 50 8L DERRICK,BUILDING $33.39 1T 5D 8L DOZERS,D-9&UNDER $32.59 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $32.59 1T 5D 8L DRILLING MACHINE $32.95 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $30.49 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $32.59 1T 5D 8L FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $32.95 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $32.59 1T 5D 8L ' FORK LIFTS,(UNDER 3000 LBS) $30.49 1T 5D 8L GRADE-ENGINEER $32.59 1T 5D 8L GRADECHECKER AND STAKEMAN $30.49 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $32.59 1T 5D 8L HORIZONTALIDIRECTIONAL DRILL LOCATOR $32.59 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $32.95 1T 5D 8L HYDRALIFTSBOOM TRUCKS(10 TON&UNDER) $30.49 1T 5D 8L HYDRALIFTSBOOM TRUCKS(OVER 10 TON) $32.59 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $33.39 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $33.89 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $32.95 1T 5D 8L LOCOMOTIVES,ALL $32.95 1T 5D 8L MECHANICS,ALL $32.95 1T 5D 8L MIXERS,ASPHALT PLANT $32.95 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $32.95 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $32.59 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $33.39 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $30.49 1T 5D 8L OPERATOR PAVEMENT BREAKER $30.49 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $32.95 1T 5D 8L PLANT OILER(ASPHALT CRUSHER) $32.59 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $30.49 1T 5D 8L POWER PLANT $30.49 1T 5D 8L PUMPS,WATER $30.49 1T 50 8L QUAD 9,D-10,AND HD-41 $33.39 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $33.39 1T 5D 8L EQUIP RIGGER AND BELLMAN $30.49 1T 5D 8L ROLLAGON $33_39 1T 50 8L ROLLER,OTHER THAN PLANT ROAD MIX $30.49 1T 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $32.59 1T 50 8L ROTO-MILL,ROTO-GRINDER $32.95 1T 5D 8L SAWS,CONCRETE $32.59 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $32.95 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $33.39 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $32.59 1T 5D 8L SCREED MAN $32.95 1T 5D 8L SHOTCRETE GUNITE $30.49 1T 5D 8L SLIPFORM PAVERS $33.39 1T 5D 8L SPREADER,TOPSIDE OPERATOR-SLAW KNOX $32.95 1T 5D 8L SUBGRADE TRIMMER $32.95 1T 5D 8L Page 6 KING COUNTY Effective 03-02-00 + +++++++++++++++++++++++++++++++++++++++ ++++++++++++++++++++++++++++++++++++++++++ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRACTORS,(75 HP&UNDER) $32.59 1T 5D 8L TRACTORS,(OVER 75 HP) $32.95 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $32.95 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $33.39 1T 5D 8L TRENCHING MACHINES $32.59 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $32.59 1T 5D 8L TRUCK CRANE OILERIDRIVER(I DO TON&OVER) $32.95 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $30.49 1T 5D 8L YO YO PAY DOZER $32.95 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $28.00 4A 5A SPRAY PERSON $26.49 4A 5A TREE EQUIPMENT OPERATOR $26.86 4A 5A TREE TRIMMER $24.85 4A 5A TREE TRIMMER GROUNDPERSON $18.08 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $38.86 1B 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $19.25 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $24.74 1B 5D RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $32.80 1 M 5D RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $22.18 RESIDENTIAL ELECTRICIANS ELECTRICIANS JOURNEY LEVEL $15.21 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.59 1 RESIDENTAL LABORERS JOURNEY LEVEL $7.96 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 RESIDENTIAL PLUMBERS PLUMBERS&PIPEFITTERS JOURNEY LEVEL $24.87 1B 5A ,RESIDENTIAL REFRIGERATION 8,AIR CONDITIONING MECHANICS JOURNEY LEVEL $38.86 1B 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL $2425 1J 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $28.58 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $15.37 1 ROOFERS JOURNEY LEVEL $30.03 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $33.03 1R 5A SHEET METAL WORKERS JOURNEY LEVEL $36.13 1.1 6L Page 7 KING COUNTY Effective 03-02-00 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code , SIGN MAKERS&INSTALLERS(ELECTRICAL) JOURNEY LEVEL $19.29 1 STOCK PERSON $10.39 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) CONSTRUCTION $18.05 1 CONSTRUCTION'B' $10.33 1 PRODUCTION SILK SCREENER $10.24 1 SHOP PERSON $7.41 1 SIGN HANGER $18.05 1 SIGN PAINTER $20.81 1 ' SILK SCREENER $14.58 1 SOFT FLOOR LAYERS JOURNEY LEVEL $28.58 18 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 SS SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $38.95 1B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $1323 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $23.34 2B 5A HOLE DIGGERIGROUND PERSON $12.44 2B 5A INSTALLER(REPAIRER) $22.32 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $21.61 2B 5A SPECIAL APPARATUS INSTALLER 1 $23.34 2B 5A SPECIAL APPARATUS INSTALLER 11 $22.84 2B SA TELEPHONE EQUIPMENT OPERATOR(HEAVY) $23.34 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $21.61 2B 5A TELEVISION GROUND PERSON $11.73 2B 5A TELEVISION LINEPERSON/1NSTALLER $16.07 2B 5A TELEVISION SYSTEM TECHNICIAN $19.38 2B 5A TELEVISION TECHNICIAN $17.30 2B 5A TREE TRIMMER $21.61 2B SA TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $30.98 1 H 5A TILE,MARBLE 3 TERRAZZO FINISHERS FINISHER $25.11 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $25.48 1K 5A TRUCK DRIVERS DUMP TRUCK $30.68 1T 5D 8L DUMP TRUCK 8 TRAILER $31.26 1T 5D 8L OTHER TRUCKS $3126 1T 5D 8L TRANSIT MIXER $26.46 1 WELL DRILLERS 3 IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 Page 8 4=.ac(LAboc al billillUm- STATEMENT OF INTENT wal • "M • - TO PAg PREVAILING WAGES WA 99SO4-4SO p but Works Contract THIS FORM MUST BE TYM ORPRUTM IN M smoo Filing Fee Required I=Wjaefnrmr cliy na be an2cers9d 014 wo he a=rawL Nam Coot:act bold mambas m i kstrixsiatts as ba&of fa m. 2 IwuaoswaatitYatasa/tstwslta//�tartaatuufM��eirt9 w.ptpratttwtwoatiaalK _ .. .. � Coaracs Awtttbni Agency 'FORMS: U:BE IM %'THtS ADDRESS> oe=.aiaoon amK addta%city.aces tap+4 Aad=n _ $LUC 21P t 4 ' ........................._..........................-.._. » cityi ....»...... =-a&will be pedotsaed Oty rrhma weak will be pedomi { / Bid doe date Due contract swot L Ldcl Coots Registration No.• Do you ioaend in use wboosracroocsi . Do you ftneod a uau apptmtioest 'rime contractor Ys (D No Yet C3 No - Iadacsu total dour smotmt of your cootiI —� Rate of Rate of Hotufy 6 Estbnated Number C,raft/trade�lI 4 Homfy Pay 5 r-rIItge s« -ns of w«ftm ..t:tip f •'^Q":v;•::�� - a... :•:r......:.. ..?6 I boby certify that she above wf0=1aon is coact sad that an wrodkea I $ Company turx employ an this Public Wods Psgoc wnM be pm Do less than the PtevaWng Wage Rases)as dcscmxaicd by she Iodtastaalstadsilicillin at the Dcpait—m Address of Labor and Iaduataes.I wde nand thu tooaaeto[s`"'fro violate Pmrailins Wale Law%,i.e.,ioeaae s dsssifimtion/soope of weak of.odtta.i meaty 7,]p+4 Pay of paev&Mng wata,etc,arc subje l to fines and/cc debarment and will be shod to pay al back tat_due to-cckc,,L RCW 39.12 O 7 NOTARY: Compleu all 4 copies and notaries each Phone number t,&I Contc ReSts>�O°No. Subscribed and sworn w before me this date: commission expires on ) Sigmatnrt Title Notary Public in and for the Stitt Of Aawia>< Signature Crock Number ruled Br. For L&I Use Lml APPROVED: Department of Labor and Industries ktal •GM a— u..c.b By Dw+�•++� w/Ls-A..rd�+a Aarary �y-lAI "rFP'o Cmv�c.Q Gddesd-Stabwav+aa F'/00�29-000 xaamea d kaa.o p.r 69 S I INSTRUCTIONS TO COMPLETE THE STATEMENT OF INTENT TO PAY PREVAILING WAGES Incomplete forms cannot be processed and will be returned without approval. This form must by TYPED OR PRINTED IN INK,completed in its entirety,and ail 4 copies submitted with the processing fee of$25.00 to: Note: Please fold in thirds using marks along the left edge so the address will show in a window envelope. MANAGEMENT SERVICES i DEPARTMENT OF LABOR AND INDUSTRIES PO BOX 44835 OLYMPIA.WA 98504-4835 Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval of the dassi5caticns of tabor used by the oontractor/subcontrador. After the Industrial Statistician has approved the Statement of Intent to Pay Prevailing Wages,the depattrnent will return 3 copies to the organizatiomildicated on the form. Pease caa— _ (360)902-5335 if you have questions. NOTE: Please do not submit this form to our office If the"Awarding Agency"Is a federal entity. Complete the form as follows: NOTE: Numbers on Instructions match large bold numbers on front of form. 1. The company name and address to which your forms should be matted. 2. Project Name-The name of the project Contract Number-This is the number of the contract between the awarding agency and the prime oontractor Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor. Address,City,State,ZIP♦4-This is the address of the contract awarding agency. County where work was performed-This is the county in which the actual work will be performed. City where work was performed-This is the city in which the work will be performed. if the work will be performed outside the limits of any city.write'NW in this space Bid Due Date-This is the date that the bids from prime contractors were due for submission to the contract awarding agency.(month/day/year) . Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency. (mon#Vdayiyear) Prime Contractor-This is the company that signed the contract with the contract awarding agency. Do you Intend to use subcontractors?-Indicate'Yes"or'No". Do you intend to use apprentices?-Indicate'Yes"or'No'. If'Yes*,please see Note at the bottom of this page. NOTE: Wagesare ried to ihe'Bfd Due pare'.if dw bate Contract Avrarded'Is six months or more after the bid due daze.wages wig be based on that award date. 3. list each craf taderoccupation of workers to be employed on this project. If this is residential,landscape,or underground sewer and water construction,please state so on the form. If operating engineers and/or truck drivers will be used,describe the type,and list the size or rated capacity of the equipment If the work wig be perforated by owpers/parthers,state bwnerbperator'under the"Cratr section,and sections 4,5 and 6 need not be completed. (individuals whd own less than 30%of the company are not considered to be owners/operators,and must be paid prevailing wage.) 4. Entec the rate of hourly pay'for each craf tade/oocupation ciassification. This is the wage you will actually pay to the workers. 5. Enter the rate of hourly fringe benefits. This is the cost of fringe benefits,as defined by RCW 39.12.010,that you wig actual The amount listed for'Rat6 of'Hou Pay' Y IY pay to the workers. riY Y P amount fisted hx'Rate of Hourly Fringe Benefits"if any,must equal or exceed the prevailing race of wage. 6. Enter the estimated number of workers for each crafvtrade/occupabon. 7. 'Notary'-Ensure this area is completely filled out and each copy notarized with their seat or stamp. 8. Indicate your company's name,address,phone number and the signature of an authorized r with first letters of company name. Forms without signatures will be returned, representative. Contractor registration number begins Industrial Statistician NOTE: Do not list apprentices or apprentice wages on this Statement of Intent. If you intend to use ESAC Division 'apprentices on this project, they must be listed on the Affidavit of Wages Paid (1=70d-007-000), and registered with the Washington State Apprenticeship and Training Council. Any workers not registered as such must be PO Box 44540 paid prevailing journeyman wages. Apprentices not registered with the Washington State A Olympia WA 98504 4540 Training Council within 60 days of hiring, 9 time pr Apprenticeship and ay ng, must be paid prevailing journeyman wages for the time preceding the (360)902-5335 date of registration. To verity apprenticeship registration and status,call(360)902-5324. wwm�, MI: sm. ci co (T5 ■ 00 44 ........... X*X: po PLO Mg of Now PM..v. V4 10 uj ol al .......... .4 12 ago fm ro m Im INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID NOTE: Please do not submit this form to our office if the"Awarding Agency"is a federal entity. Certification 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 After the Industrial Statistician has certified the Affidavit of Wages Paid,the department will return 3 copies to the organization indicated on the form. Please call(360)902-5335 if you have questions. Incomplete forms cannot be processed and will be returned without certification. This form must by TYPED OR PRINTED IN INK,and all 4 copies submitted with the processing fee of$25.00 to: Note: Please fold in thirds MANAGEMENT SERVICES using marks along the left DEPARTMENT OF LABOR AND INDUSTRIES edge so the address will PO BOX 44835 show in a window envelope. OLYMPIA WA 98504-4835 Complete the form as follows: NOTE: Numbers on Instructions match large bold numbers on front of this form. 1. The company name and address to which your forms should be mailed. 2. Project Name-The name of the project Contract Number-This is the number of the contract between the awarding agency and the prime contractor Date Intent Filed-This is the date that you sent the Statement of Intent to Pay Prevailing Wages to the department for approval.(month/day/year) Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor. Address,City,Stale,ZIP+4- This is the address of the contract awarding agency. County where work was performed-This is the county in which the actual work was performed. City where work was performed-This is the city in which the work was performed. If the work was performed outside the limits of any city,write 'Na'in this space. Bid Due Date-This is the date that the bids from prime contractors were due for submission to the contract awarding agency. (month/day/year) Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency. (month/day/year) Date Work Completed-This is the date your portion of the contract was completed. (month/day/year) Prime Contractor-This is the company that signed the contract with the contract awarding agency. NOTE: Wages are tied to the"Bid Due Date"I if"Date Contract Awarded'is six months or more after the bid due date,wages will be based on that award date. 3. List each craft trade/occupation of workers employed on this project. If this is residential, landscape, or underground sewer and water construction,please state so on the form. If operating engineers and/or truck drivers have been used,describe the type,and list the size or rated capacity of the equipment. , If the work was done by owners/partners, state "Owner/operator" under the "Craft" section. Sections 4, 5, 6, 7 and 8 need not be completed. (Individuals who own less than 30%of the company are not considered to be owners/operators,and must be paid prevailing wage.) 4. List the actual number of journey-level workers employed in the craft/trade/occupation indicated on this project. _5. List the total number of hours worked by each craft/trade/occupation. 6. Enter the rate of hourly pay for each craft/trade/occupation classification. This is the wage you actually paid to the workers. 7. Enter the rate of hourly fringe benefits. This is the cost of fringe benefits,as defined by RCW 39.12.010, that you actually paid to the workers. The amount listed for'Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Fringe Benefits', if any, must equal or exceed the prevailing rate of wage. 8. If apprentices have been employed on this project, list each by name, registration number, stage of progression,date of hire by the company, craft, and rate of hourly pay and fringe benefits. This information must be indicated for each craft listed for each apprentice. If you need more space to list apprentices,use additional forms. Any workers not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing journeyman wages for the time preceding the date of registration. To verity apprenticeship registration and status,call(360)902-5324, 9. Indicate company's name, address, phone number and signature of an authorized representative. Forms without signatures will be returned. (contractor registration number begins with the first letters of company name.) 10. "Notary"-Ensure this area is completely filled out and each copy notarized(seal or stamp). i RETAINAGE: Contractors are responsible for ensuring that subcontractors obtain and file Affidavits of Wages Paid. This is required by law, relainage can not lawfully be released until such affidavits are filed 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 licensed 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. WASHINGTON 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. 9048: 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. 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. REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 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. ' 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.) WASHINGTON 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. Morms/envirpolfbh Page 2 of 4 rREQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 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.) 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). rUNITED 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. r ' Hlorms/envirponh Page 3 of 4 1 REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 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 1, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). 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. H forms/envirpolft Page 4 of 4 � CITY OF RENTON � SUPPLEMENTAL SPECIFICATIONS 1 1 1 i i 1 1 1 1 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. (This :s dolot 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 Revision Date:May 19, 1997 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i ' Division 1 General Requirements........................................................................................................... 1 1-01 Definitions and Terms..................................................................................................... 1-02 Bid Procedures and Conditions 1 ' ct...................................................................................... 2 1-03 Award and Execution of Contract 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 1-1 Temporary Traffic Control . • 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 .30 7-02 Culverts.....................................................................................................................30 7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.........................................................30 ' 7-04 Storm Sewers..............................................................................................................30 7-05 Manholes,Inlets, and Catch Basins..................................................................................31 7-08 General Pipe Installation Requirements.............................................................................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 7-1 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 Dale: May 19, 1997 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 ' INDEX TO WSDOT AMENDMENTS ......................................................................................................60 WSDOT AMENDMENTS ................................................................... 1 Page-RS-iii Revision Date: May 19, 1997 ' 1-01 Definitions and Terms 1-01 Definitions and Terms Department shall also refer to the Department of ' D1VlSlOn 1 Planning/Building/Public Works Administrator.Special Provisions(RC) General Requirements Modifications to the standard specifications citcieus 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 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid rp ices. 1-01.1 General (RC) State(RC) Whenever reference is made to the State Commission, The state of Washington acting through its representatives. ' Department of Transportation Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees and duly authorized representatives for all contracts The component pans of the contract which may include, but ' administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds, insurance certificates, various other certifications and affidavit, the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and ' 1-01.3 Definitions(RC, APWA) Change Orders. Dates(APWA) Act of god(RC) Bid Opening Date(APWA) 'Act of God' means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and ' cataclysmic phenomenon of nature. A rain windstorm, high water reads the bids. or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract Execution Date (APWA) Consulting Engineer (RC) The date the Contracting Agency officially binds the agency to The Contracting Agency's design consultant, who may or may the Contract. not administer the construction program for the Contracting Notice to Proceed Date(APWA) Agency. The date stated in the Notice to Proceed on which the Contract Day (RC) time begins. Unless otherwise designated day(s) as used in the Contract Contract Completion Date (APWA, RC) ' Documents shall be understood to mean working days. The date by which the work is contractually required to be Or Equal (RC) completed. The Contract Completion Date will be stated in the Where the term "or equal" is used herein, the Contracting Notice to Proceed. Revisions of this date will be authorized in Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the engineer, shall be the sole judge of the quality and suitability of the Contract time. proposed substitution. Final Acceptance Date(APWA, RC) The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work demonstrations or other information required to obtain the as complete per contract requirements. approval of alternative materials or processes by the Owner shall Material(APWA) 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 ' are a part of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Agency's acceptance binding. of the Bid. The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA) generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer ' with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to City of Renton Standard Plans. proceed with 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 ' request for public disclosure has been given shall be deemed a SECTION 1-02.1 IS DELETED AND REPLACED BY THE waiver by the submitting vendor of any claim that such materials FOLLOWING: _ are, in fact, so exempt. 1-02.1 Qualifications of Bidder (APWA) SECTION I-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 P g P� �� ' 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 I-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 (RCZ FOLLOWING: a. The bidder is not prequalif[ed when so required; ' 1-02.2 Bid Documents (APWA) SECTION 1-02.I4 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as to where Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA) , the Contracting Agency's official newspaper. 3. A bidder is not p;aqualified for the work or to the full SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; SENTENCE I, PARAGRAPH I TO READ: , 1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS: , sample test data, and geotechnical reports accumulated by the Contracting Agency will be made available for inspection by the 1-03.1 Consideration of BidsSRC, 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. ' No partial bids will be accepted unless so Stated in the call for bids The Engineer reserves the right to arrange the Bid Forms with or special provisions. The City reserves the right however to Alternates Additives or Deductives, if such be to the advantage of award all or any schedule of a bid to the lowest bidder at its the Contracting Agency. The Bidder shall bid on all Additives, discretion. ' Deductives or Alternates set forth in the Proposal Forms unless otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE SECTION I-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-03.2 Award of Contract (RC) 1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring execution together with a list of all other forms or documents ink or typed. The proposal shall include: All prices shall in legible figures and(not-words)written in required to be submitted by the successful bidder, will be , forwarded to the successful bidder within 10 days of the award. 1. A unit price for each item (omitting digits more than four The number of copies to be executed by the Contractor shall be places to the right of the decimal point), each unit price shall also determined by the Contracting Agency. be written in words; where a conflict arises the written words shall ' prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS SECTION 1-02.6(I) IS AN ADDED SUPPLEMENTAL FOLLOWS: SECTION. 1-03.3 Execution of Contract (APWA, RC) ' 1-02.6� Proprietary Information (RC) Within 29 10 calendar days after receipt from the City of the Vendors should in the bid proposal, identify clearly any forms and documents required to be completed by the material(s) which constitute "(valuable) formula, designs, Contracto , the successful bidder shall return the ' drawings and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 2A 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. The Contracting Agency is prohibited by RCW 39.06.010 1-04.4 Changes (RC) from executing a contract with a Contractor who i? not registered Renton does not have a formal policy or guidelines on cost or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS. When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC) number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum,' shall SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE be fall compensation for all work, equipment and materials FOLLOWING TO THE FIRST PARAGRAPH: required to perform final cleanup. If this pay item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered ' incidental to the contract and to other pay item and no further 5. Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work ' sign official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS. president or vice-president unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (RC) corporation(i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be 1-U4 Scope of the Work on sheets measuring 24-by 36 22 by 34 inches or on sheets with P dimensions in multiples of 8-1/2 by 11 inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: ' 1-04.1 Intent of the Contract (RC) 1-05.4 Conformity with and Deviations from Plans and Stakes (RC) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work, including such regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4. 1-05.5;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, 1-11 and elsewhere Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs by following this order of precedence (e.g., 1 presiding over 2, 3, for this survey work shall be included in "Contractor Supplied 4, 5, 6, and 7; 2 presiding over 3,4, 5, 6, and 7; and so forth): Surveying," per lump sum. 1. Addenda 1-05.5(1) General (APWA, RCZ 2. Proposal Form 3. Special Provisions The Engineer or Contractor supplied surveyor will provide 4. Contract Plans construction stakes and marks establishing lines, slopes, and grades 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform 6. Supplemental Specifications. such work per Section 1-11. The Contractor shall assume full 7. Standard Plans responsibility for detailed dimensions elevations, and excavation 4.8. 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. Aligrunent +.01 foot(between successive points) ' done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot (from plan elevations) of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey 1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities. performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate ' shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated. of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying (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 (RC) FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA, RCZ prior to the backfilling of the trenches by centerline station, offset, and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by crossed during his work as covered under this project. the Contracting Agency,defective and unauthorized Work is It shall be the contractors responsibility to have his surveyor discovered the Contractor shall promptly, upon written order by locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the ' work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work 11 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 cost to the Contracting Agency. If the Contractor does not Horizontal Bends Junction boxes Cleanouts, Side Sewers, Street ' Lights & Standards Hydrants Major Changes in Design Grade, promptly comply with the written order to correct defective and unauthorized Work, or if an emergency exists, the Contracting Vaults Culverts Signal Poles Electrical Cabinets. 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 1 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 recover under any bond given by the Contractor for their Defective and Unauthorized Work (APWA) protection or any rights under any law permitting such persons to If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting ' work within the time specified in a written notice from the Agency. Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all Contract Documents the Engineer may correct and remedy such subcontracts and material contracts and notice of its provisions work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work ' the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials. Agency forces. Section 1-05.11 is deleted and the first two sentences of the If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the remedy what the Engineer determines to be an emergency following: situation the Engineer may have the defective and unauthorized 1-05.11 Final Inspection (APWA) Work corrected immediately, have the rejected Work removed and replaced or have Work the Contractor refuses to perform ' completed by using Contracting Agency or other forces. An 1-05.11(1) Substantial Completion Date (APWA) 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-S Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work , If, after ,this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer. ' intended use, the Engineer, by written notice to the Contractor, The costs for power, gas, labor, material, supplies and will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system ready for its intended use, the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid notify the Contractor giving the reasons therefor. Form. Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished shall pursue vigorously, diligently and without unauthorized under the terms of the Contract. , interruption, the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE Completion. The Contractor shall provide the Engineer with a FOLLOWING: revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 1-05.12 Final Acceptance (APWA) ' The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting , Inspection. Agency will establish the Completion Date and certify the Work as 1-05.11(2) Final Inspection Date (APWA) complete. The Final Contract Price may then be calculated. The When the Contractor considers the Work physically complete following must occur before the Completion Date can be and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated: , shall request the Engineer to schedule a final inspection. The I. 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 Contracting Agency, will constitute acceptance of the Work. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute , acceptance of unauthorized or defective work or material. be pursued vigorously, diligently, and without interruption until Failure of the Contactor to perform all of the Contractor's physical completion of the listed deficiencies. This process will obligations under the Contract shall not bar the Contracting Agency continue until the Engineer is satisfied the listed deficiencies have from unilaterally certifying the Contract complete so the Engineer been corrected. ' 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 p"qualification 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 tktese-reports into account. Contract have been fulfilled. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE 1-05.11(3) Operational Testing (APWA) FOLLOWING NEW SECTIONS: It is the intent of the Contracting Agency to have at the Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA) , the Work involves the installation of machinery or other The Contractor shall make necessary arrangements, and shall mechanical equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance signal systems; buildings; or other similar work it may be desirable of the Work. for the Engineer to have the Contractor operate and test the Work ' for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA) Completion Date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested 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 I Page-SP-6 ' Revision Date:May 19, 1997 ' 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public 1-06 'Control of Material its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE unit bid prices or other contract amounts. In some cases, however, FOLLOWING: — state retail sales tax will not be included. Section 1-07.2(3) describes this exception. 1-06.2(2) Statistical Evaluation of Materials for The Contracting Agency will pay the retained percentage only Acceptance if the Contractor has obtained from the Washington State UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate showing that all contract- PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.050). The Contracting USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or ' the Public not. Any amount so deducted will be paid into the proper State fund. SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07 2(2) State Sales Tax-Rule 171(APWA) FOLLOWING: WAC 458-20-171, and its related rules, apply to building, 1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by The Contractor shall indemnify, defend, and save harmless the the United States, and which are used primarily for foot or Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems employees) against any claims that may arise because the within and included as a part of the street or road drainage system Contractor (or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system. materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item more stringent regulation shall apply. prices, or other contract amounts, including those that the The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work. for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170 (APWA) The Contractor shall maintain at the Project Site office, or WAC 458-20-170, and its related rules, apply to the other well known place at the Project Site, all articles necessary for constructing and repairing of new or existing buildings, or other providing first aid to the injured. The Contractor shall establish, structures, upon real property. This includes, but is not limited to, publish and make known to 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 1- other services (as defined in State Department of Revenue Rules 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224). contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust Page-SP-7 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public , SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10 percent increase in turbidity when the background turbidity is more 1-07.5(2) State Department of Fish and Wildlife" percent 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 1- and measured with a calibrated turbidimeter. 09.4. Discharges to a State waterway caused by aggregate washing, 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 ' Q 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 ' situations may include netting, mulching with binder, and seeding. 1-07.13(1) General (RC) 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 percolation. Chlorine residual may be reduced to overcome them. chemically with a reducing agent such as sodium thiosulphate. Water shall be periodically tested for chlorine residual. ' SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and REVISING ALL REFERENCES TO "STATE COMMISSION Equipment Washing: Water used for washing vehicles and equipment shall not be allowed to enter storm SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum AGENCY." products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS: for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil ' 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA , RC) 5. Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adjacent to If done according to the approved plan or the Engineer's waterways. The storage shall be made in dike tanks and barrels orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut-off and measured and paid for pursuant to Section 1-99,41-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be the lump sum item for "Temporary Water Pollution/Erosion provided on hoses. Oil and chemicals shall be dispensed only Control.: during daylight hours unless the dispensing area is properly lighted. If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical spills. Pollution/Erosion Control" then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be equipment used to complete the work shall be considered incidental provided sh valves, pumps,and tanks. to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair shall be made. or relocation work is required, the Contractor shall provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line. Sanitary sewer flow this temporary work shall include, but is not limited to, the shall be pumped out, collected, and hauled by tank truck or following water quality considerations: pumped directly to a sanitary system manhole for discharge. The 1. Turbid Water Treatment Before Discharge: existing sewers shall 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 Date: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 I-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 1-07.160) 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 I-07.17 IS SUPPLEMENTED BY ADDING: easements,right-of-way, over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities (APWA, RC) confined to the limits of such easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW disturbance and a minimum amount of damage. The contractor 19.122 an act relating to underground utilities and prescribing shall schedule his work so that trenches across easements shall not penalties,the Contractor shall: be left open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field open for more than 48 hours. location of the utilities; B. Structures. The contractor shall remove such existing Call Before You Dig 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- " 00-424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and and ' other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been condition. located and marked. Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without construction area and stockpile it in such a manner that it may be uncovering measuring or other verification. If a utility is known replaced by him upon completion of construction. Ornamental or suspected of having underground facilities within the area of the trees and shrubbery shall be carefully removed with the earth proposed excavation and that utility is not a subscriber to the surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give original positions within 48 hours. individual notice to that utility. All shrubbery or trees destroyed or damaged, shall be If in the prosecution of the work it becomes necessary to replaced by the contractor with material of equal quality at no interrupt existing surface drainage sewers 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 The 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. (6) The Contracting Agency reserves the right to request and/or All coverage provided by the Contractor shall be in a form require additional coverages as may be appropriate based on ' and underwritten by a.company acceptable to the Contracting work performed(i.e. pollution liability). Agency. The City requires that all insurers: 1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its 2) Coverage to be on an "occurrence" basis (Professional officers officials agents, employees and volunteers as Additional Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of 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 insurance coverage provided by the insurance company(ies), terms, 4) Policy may not be non-renewed canceled or materially 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 REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the I 07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives". 1-07.18(3) Limits (RC) C. Amend the cancellation clause to state: "Policy may LIMITS REQUIRED _ not be non-renewed, canceled or materially changed or Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the City such limits. The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the ' Commercial General Liability cancellation language specified above, the City will accept a General Aggregate* $2,000,0 * 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 I-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 (APWA) Stop Gap Liability $1,000,000 * Aggregate co apply per protect The Contractor shall assume all costs arising from the use of General r (ISO Form CG2 Ag 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 Swe. Pommissi 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 ) SECTION I-07.2215 SUPPLEMENTED BY THE FOLLOWING: (Show Washington Labor and Industries Number Umbrella Liability 1-07.22 Use of Explosives (APWA) Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000, 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•000,000 regulations that may apply. The individual in charge of the blasting Aggregate $2•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 permitting 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 1 coverage is in force. FOLLOWING PARAGRAPH SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic (RC) SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and 1 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 ' 1) City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance. herein) without modification. Dust and mud control shall be considered as 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 1-07.18(1), 1- section. 07.18(2) and 1-07.18(3). as revised above. Other requirements are as follows: Complaints of dust mud or unsafe practices and/or property damage to private Ownership will be transmitted a. Strike the following or similar wording: "This to the contractor and prompt action in 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-ll Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress , SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY" OR , 1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTING AGENCY." SECTION 1-07.27 (APWA) IS REVISED BY CHANGING Street right of way lines, limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY." Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior 1-U8 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. Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA) property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference (APWA) obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to practical after they have been obtained by the Engineer. undertaking each part of the Work the Contractor shall carefully Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the ' acquired until the Engineer certifies to the Contractor that the right Contractor may discover. of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the extension of time. The Contractor agrees that such delay shall not preconstruction conference will be: be a breach of contract. 1. To review the initial progress schedule; Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work; private property where private improvements must be adjusted. 3. To establish and review procedures for progress payment, The Contractor shall be responsible for providing, without notifications, approvals, submittals, etc.; expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work; ' and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to needs. However, before using any private property, whether the Work. adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction Engineer a written permission of the private property owner, and, meeting the following: upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items; owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals; and , reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable. shall be signed by the private property owner, or proper authority 4. A Project Schedule. acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before The statement shall include the parcel number, address,and date of computing this percentage, however, The Contractor may subtract signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted the Completion Date will be established. work on items the contract provisions specifically designates may be first excluded from the Awarded Contract Price. The Contractor shall not subcontract work regardless of tier unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that the subcontractor has the experience, ability, and equipment the work requires. Each subcontract shall contain a provision which requires the subcontractor to comply with Section 1-07.9 and to furnish 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-12 Revision Date:May 19, 1997 ' 1-08 Prosecution and Progress 1-08 Prosecution and Progress use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 p.m. and 7:00 subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p.m. and total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also he 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. Contracting: Agency Employees (APWA) However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday, applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work provisions of Section 1-07.9. as modified or supplemented, shall shall be considered as overtime work. On all such overtime work apply. an inspector will be present, and a survey crew may be required at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. ' supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize provided by the Engineer. the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY TAE The Contractor shall comply with this request at once and shall not FOLLOWING: employ the subcontractor for any further work under the contract. 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.1 3 Hours of Work(APWA) (APWA) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have 7:00 a.m. and 6:00 p.m, of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to the Work. Proceed Date. The Work thereafter shall be prosecuted diligently, If a Contractor desires to perform work on holidays, vigorously, and without unauthorized interruption until physical Saturdays Sundays, or before 7:00 a.m. or after 6:00 p.m. on any completion of the work. There shall be no voluntary shutdowns or day, the Contractor shall apply in writing to the Engineer for slowing of operations by 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-13 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 PARAGRAPH 5 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, the .h;rd ,e;;Ja� of --A—^- 'h@t,i;1 ' adequacy, efficiency, and sufficiency of his and his subcontractor's Moa:a3 P+ 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 he non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas. for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) which periods, work is anticipated to be performed. Each The contractor shall give his personal attention to and shall successive working day, beginning with the Notice to Proceed Date supervise the work to the end that it shall be prosecuted faithfully, and ending with the Physical Completion Date, shall be charged to and when he is not personally present on the work site, he shall at the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent who shall is designated a nonworking day or an Engineer determined have full authority to execute the same, and to supply materials, unworkable day. tools, and labor without delay, and who shall be the legal The Engineer will furnish the Contractor a weekly report representative of the contractor. The contractor shall be liable for showing ( the number of working days charged against the the faithful observance of any instructions delivered to him or to ' Contract Time for the preceding week; (2) the Contract Time in his authorized representative. working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment ' previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week (a 4-10 schedule) FOLLOWING: and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the 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 he prepared to accompany each truckload of material delivered to the project. The tickets shall ' bear at least the following information: 1. Truck Number. 2. Truck tare weight(stamped at source). 3. Gross truck load weight in tons (stamped at source). ' 4. Net load weight (stamped at source). 5. Driver's name and date. Page-SP-14 , Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S 7. Pay item number. MATERIAL LABORATORY." 8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE The Contractor shall submit a breakdown of costs for each FOLLOWING: lump sum Bid Item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA) equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum Bid. The unit price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWA) payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the 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 Application for Payment. 1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not incorporated in the work, but delivered and stored at approved sites Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment Items listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale, invoice, or other of the Standard Specifications will be the only items for which documentation warranting that the Contractor has received the compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other specified Work. Should a Bid Item be listed in a "Payment" clause arrangements to protect the Engineer's interests therein. but not in the Proposal Form and Work for that item is performed The initial progress estimate will be made not later than 30 by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the be required to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made during progress of the 04.1 then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining pursuant to a Change Order. progress payment. The progress estimates are subject to change at The words "Bid Item," "Contract Item," and "Pay Item," and any time prior to the calculation of the Final Payment per similar terms used throughout the Contract Documents are Section 1-09.9(4). synonymous. The value of the progress estimate will be the sum of the If the "payment" clause in the Specifications relating to any following: unit Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the or material essential to the item, then the work or material will not Unit Price. be measured or paid for under any other Unit Bid Item which may 2. Lump Sum Items in the Bid Form — the estimated appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item. changed to singular form. 3. Materials on Hand — 90 percent of invoiced cost of Payment for Bid"Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the clause of any particular Section of the Specifications shall be Engineer. considered as including all of the Work required, specified, or 4. Change Orders — entitlement for approved extra cost or described in that particular Section. Payment items will generally completed extra work as determined by the Engineer. be listed generically in the Specifications, and specifically in the Progress payments will be made in accordance with the bid form. When items are to be "furnished" under one payment progress estimate less: item and "installed" under another payment item, such items shall 1. Five(5)percent for retained percentage. be furnished FOB project site or, if specified in the Special 2. The amount of Progress Payments previously made. Provisions, delivered to a designated site. Materials to be 3. Funds withheld by the Contracting Agency for "furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents. shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting are not to be incorporated into the work, delivered to the applicable Agency that any work has been satisfactorily completed. Contracting Agency storage site when provided for in the Payments will be made by warrants, issued by the Contracting Specifications. Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the incorporated into the Work, may be made on monthly estimates to project. Payments received on account of work performed by a the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250. SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "HEADQUARTERS' MATERIAL ' Page-SP-I5 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment ' 1-09.9(2) . Retainage (APWA,RCZ 1-09.9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (AP A) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and 5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76 the shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to person arising under the Contract. cover the Contracting Agency's costs for or to remedy the Monies reserved under provisions of RCW 60.28 shall, at the following situations: option of the Contractor, be: 1. Damage to another contractor when there is evidence 1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is loan association (interest on monies so retained may be paid to the obligated to pay. Contractor). 3. Utilizing material, tested and inspected by the Engineer, 3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16. escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per sum of the monies reserved payable to the bank or trust company Section 1-08.1(4). and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to bonds and securities chosen by the Contractor and approved by the complete the Work on time: Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage; or Interest on the bonds and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's as the interest accrues. review of the Contractor's approved progress schedule which The Contractor shall designate the option desired ea-sl}V indicates the Work will not be completed within the Contract Time. , When calculating an anticipated time overrun, the Engineer will at make allowances for weather delays, approved unavoidable delays least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule, in the opinion assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract percentages in securities. The Contracting Agency may also, at its Time. option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the retainage. Contractor's other obligations under the contract including but not Release of retained percentage will be made 60 days following limited to: the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions. 1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by ' (RCW 60.28.051). Section 1-05.5. 2. No claims, as provided by law, have been filed against C. Failure of the Contractor to correct defective or the retained percentage. unauthorized work(Section 1-05.8) 3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection (RCW 39.12.040). as required by Section 1-06.3. In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pay retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section sufficient to pay the cost of foreclosing on claims and to cover 1-07.9. attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title , Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10. minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3. submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment. medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so will be Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so and if notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period those departments or agency organizations. 1. no legal action has commenced to resolve the validity of the claims,and 2. the Contractor has not protested such disbursement. Page-SP-16 , Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances and Contractor in accordance with. this section will be made. A regulations — Federal, State, or local — that affect the contract payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1- Contracting Agency shall not be liable to the Contractor for such 05.12). payment made in good faith. If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims claims prior to expiration of the 15-day period mentioned above, the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS: written settlement agreement of the parties. 1-09.11(2) Claims (APWA) 1-09.9(4) Final Payment (APWA) Failure to submit with the Final Application for Payment Piaai Upon Acceptance of the Work by the Contracting Agency the such information and details as final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9. by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE a release: FOLLOWING: 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction specifically excepted in writing by the Contractor; (AYWA) 2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance Work; with the laws of the State of Washington. The venue of any claims 3. for every act and neglect by the Contracting Agency; and or causes of actions arising from this contract shall be in the 4. for all other claims and liability relating to or arising out Superior Court of the county where the work is performed. of the Work. For convenience of the parties to this contract, it is mutually A payment (monthly, final, retainage, or otherwise) shall not agreed that any claims or causes of action which the contractor has release the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or Contract; nor shall such payment preclude the Contracting Agency causes of action. from recovering damages, setting penalties, or obtaining such other It is further mutually agreed by the parties that when any remedies as may be permitted by law. claims or causes of action which a Contractor asserts against the Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court, the Contractor shall the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating participating in the Work. Such affidavit shall certify the amounts the claims or actions. paid to the DB, MBE, or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be 1-09.13 Arbitration required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY" Specifications. WITH THE WORDS "KING COUNTY." If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING. ' the final acceptance of the contract, the Contracting Agency reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC) accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be Contractor has been provided the opportunity, by written request final and binding on the parties, unless the aggrieved party, within from the Engineer, to voluntarily submit such documents. If 10 days, challenges the findings and decision by serving and filing voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County, impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: days for the Contractor to submit the necessary documents. The I. 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 channelizin 1-10 Temporary Traffic Control device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent SECTION 1-IO.I IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by agreed price price FOLLOWING: established by the Engineer, or by force account. Additional items 1-10.1 General(RC) required as a result of the Contractor's modification to the traffic When the bid proposal includes an item for "Traffic Control," control plan(s)appearing in the contract shall not be covered by the the work required for this item shall be all items described in provisions in this paragraph. Section 1-10, including, but not limited to: If the total cost of all the work under the contract increases or 1. Furnishing and maintaining barricades, flashers, decreases by more than 25 percent, an equitable 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 REVISED AS FOLLOWS device; 2. Furnishing traffic control labor, equipment, and supervisory 1-10.2(1) Traffic Control Supervisor(RC) (SA) personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove SwgeptiserTTthe 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 inns-a worksite traffic control 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic . The TCS shall assure that pamoniilly control devices, unless a pay item is in the bid proposal to 1 all the duties of the TCS are performed during the duration specifically pay for this work, and of the contract. 5. Furnishing labor, material, and equipment necessary for 2• 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 of installing as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be .Possession of a current flagging card , used by the prime contractor, and subcontractors, shall be by the TCS is mandatory. submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS: shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans(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 r during periods when they are not needed. All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, or If no bid item "Traffic Control" appears in the proposal then required to conform with established standards will be furnished all work required by these sections will considered incidental and by Contractor. their cost shall be included in the other items of work. Page-SP-18 ' Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price increases or decreases by more than 25 percent. All e4h-P costs for the work to " PC;hour provide Class A or Class B construction signs shall be included in The Lump Sum uait contract price pop4u w-shall be full the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car bid proposal. driver(s),and the appropriate pilot car sign(s)for any One pilot ' car operation. Any necessary flaggers will be paid under the SECTION 1-I0.3(6)IS REVISED AS FOLLOWS: item for traffic control laktes. 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum unit contract price pes4aeurshall be full Construction Zone 12 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 u" contract price per.scluam foot-a€ pauelarga-shall be full pay for all costs for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency- Contractor-Furnished One-Way Piloted Tragic Control. The furnished signs. Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area. Any necessary flaggers shall be furnished by the Contractor _�-_ , ,� ;�� tie The Lump Sum unit contract price Pe&-day-shall be full P2 Tloto "y"""" pay for all costs involved in furnishing the person(s) assigned as the "Traffic Control Supervisor" DELETE SECTION 1-10.4 AND REPLACE WITH All costs for the vehicle(s)required for the Traffic Control Supervisor shall be included in the Lump 1-10.4 Measurement(RC) (SA) Sum a"contract price for"Traffic Control Supeatsiec." No specific unit of measurement will apply to the lump sum item of"Traffic Control". SECTION I-I0.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1-10.5 Payment (RC) sat up, bo d Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when they-am included in the proposal: "Traffic Control," lump sum. The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for The Lump Sum uai4-contract price pe;day-shall be full furnishing installing maintaining, and removing traffic control pay for all costs involved in fumishing 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 public., Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards will be made as follows: a. When the initial warning signs for the beginning of the project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys (RC) and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the amount bid for the item will be paid. direct supervision of a person registered to practice land surveying 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 E 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 RC W. t Page-SP-19 1 Revision Date: May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards , 1-11.1(2) . Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes. coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground. The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which the closure requirements of WAC 332-130-060. The control base marks or accurately references: lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard A corner or other survey point established by or under the Detail Requirements for ALTA/ACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and any established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office comparable classification in future editions of said document. The and its successor the Bureau of Land Management including angular and linear closure and precision ratio of traverses used for section subdivision comers down to and including one- survey control shall be revealed on the face of the survey drawing, sixteenth corners; and as shall the method of adjustment. • Any permanently monumented boundary, right of way The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 aligrunent, or horizontal and vertical control points established part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot Geodetic Control Subcommittee Standards for GPS control surveys corners. as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC) August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all said document.. construction projects that will create permanent structures such as The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be the project site a tie to both shall be made. The benchmark(s) used observed for staking or "as-builting" while occupying one such will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments, the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and shall (benchmark) will be shown on the drawing, as well as a description satisfy all applicable requirements of Section I-11.1 herein. of any bench marks established_. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the King County Recorder is Those surveys dependent on retracement of a plat or short plat required, it will he prepared on 18 inch by 24 inch mylar and will shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A methodology used in that.retracement. photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific 1-11.1(4) Field Notes (RC) requirements of the project, the original will be recorded with the Field notes shall be kept in conventional format in a standard King County Recorder. bound field book with waterproof pages. In cases where an If recording is not required, the survey drawing shall be electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the original or a sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton. station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of °� WAC 332-130-050 and shall conform to the City of Renton's Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols a description. Point numbers shall be unique within a complete shall be used whenever possible, and a legend shall identify all , job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not described at page and point set on that page. Example: The first point set or each use. found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the No. 348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing. The listing should Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that in notebook(s) provided by the City or the original field notebook(s) the field notes), a brief description of the point, and northing, used by the surveyor will be given to the City. For all other work, easting, and elevation (if applicable) values, all in ASCII format, surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media. Page-SP-20 Revision Date: May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 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) satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per (- meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots, a witness Control Committee. marker shall be set. In most cases, this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station — Offset Topography curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1-11.2(1) Topographic surveys shall satisfy all applicable requirements herein. of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5), shall meet All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument topography or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the shall meet the requirements of section 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 (PI), 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 by1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specifications, OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non comer monuments set while under cont-act to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of 1-11.1(10) Station—Offset Topography (RC) tangency (PT), point of curvature (PC), one-sixteenth corner, Plat Elevations of the baseline and topographic points shall be monument, street intersection, etc., complete with a description of determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83/91 Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed exceed 0.1 foot's error as to side shots. with the city. ' 1-11.1(11) As-Built Survey (RC) 1-11.2 Materials All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations 1-11.2(l) 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 1/2 inch diameter rebar 24 inches in length, durable metal survey. The "as-built" survey must be based on the same base line plugs or caps, tack in lead, etc. and permanently marked or tagged or control survey used for the construction staking survey for the with the surveyor's identification number. The specific nature of improvements being "as-built". The "as-built" survey for all the marker used can be determined by the surveyor at the time of subsurface improvements should occur prior to backfilling. Close installation. cooperation between the installing contractor and the "as-builting" surveyor is therefore required. 1-11.2(2) Monuments (RC) All "as-built' surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set 1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. 1 The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC) "as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the "as built". of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all 'as-built" surveys. Page-SP-2I 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 I any pieve; buriad within the right of way with at cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified 5. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from 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 re set 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.S IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches. ' It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment (RC) native materials from becoming saturated with water. The 2. "Saw Cutting", per Lineal Foot. measures may include sloping to drain, compacting the native 3. "Remove Sidewalk", per Square Yard. materials, and diverting runoff away from the materials. If the 4. "Remove Curb and Gutter", per Lineal Foot. Contractor fails to take such preventative measures, any costs or 5. "Cold Mix", per Ton delay related to drying the materials shall be at his own expense. 6. "Remove Asphalt Concrete Pavement," per square yard. If the native materials become saturated, it shall be the 7. "Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials, to the 8. optimum moisture content. If sufficient acceptable native soils are A "Remove existing " per not available to complete construction of the roadway embankment, All costs related io 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 2-06 Subgrade Preparation hauling vehicle at the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE _ FOLLOWING: SECTION 2-03.5 IS REVISED AS FOLLOWS: 2-06.5 Payment (RC) 2-03.5 Payment (RC) Subgrade preparation and maintenance including watering Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs are included in the proposal: thereof shall be included in the appropriate unit or lump sum 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 2-09 Structure Excavation 1 subgrade, unit contract prices for roadway excavation and haul shall apply. If he orders excavation more than 2 feet below SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE subgrade, that part below the 2-foot depth shall be paid for as provided in 2ec�iea-4-04.4 Item 3 of this payment section. In this FOLLOWING: case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC) at unit contract prices. This work also includes the excavation, haul, and disposal of The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps. material. IA. tti ^- 2-09.3 Construction Requirements h"„� tile unit contract price per cubic yard shall include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: 3. "Unsuitable Foundation Excavation", per cubic yard. The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excavated Material (RC) Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project limits shall be included in the unit contract price for structure and disposing of the material. excavation, Class A or B. ipGl;-4ing Will la The unit contract price per cubic yard shall include haul. 7 If the contract includes structure excavation, Class A or B. eq�.:r,Mont, nn� 'enta{s required The .".,.;*;@G F^- 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 the work. Payment for ' 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, " =T$ar unit. FOLLOWS: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price 2-09.5 Payment of other units of work. Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. The unit contract price per cubic yard for the bid items listed as 1 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 I 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 shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. , If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required, then shoring or extra excavation shall be considered incidental to the work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation), per Cubic Yard or per Ton". . When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Unless included in the contract as a separate pay item, gravel backfill used for pipe bedding shall be considered incidental to the installation of the pipe or shall be included in the gravel backfill used to backfill the trench, if a separate pay item is included for trench backfill. Page-SP-24 Revision Date:May 19, 1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling - Bases 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. r r r r r r r . r r r r Page-SP-25 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Division 5 (2) Surface Treatments and Pavements swiss-wWhen a sample from uncompacted mix is needed, the 5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can —be obtained in accordance with WSDOT Test Method 712. SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is rh2ll b- defined as 1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix as provided under rtas+s;i--1 o; a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur. Determination of-st�� 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;"U be evaluated for quality of gradation on a r*�,,,;. ' she ti,,,,, � „�.rro„ ,,,...1 „f rho >~..,,:..ver The JMF daily" basis by the Contractor. This gradation analysis shall be (jgb Mix - - based on WSDOT Test Method 104 and the results delivered to the is defin in Section 9- Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not make information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the with Section 9-03.8(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. 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 are-within the ranges listed above , then Sampling and testing for nonstatistical acceptance shall be the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one Agency. sample for each Sublot of 400 tons or each day's production, , Toori whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, Sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. ' C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available. of all f.,u; hou;:R af4ar the baginn;ng ..f the Rom shift Xl s ' T C12D. Test Methods. When sample testing of asphalt content is necessary, A4acceptance 4es64g for compliance ei asphal; Gwit�ai will use the Nuclear Asphalt Gauge Procedure; WSDOT Test 2. Aggregates. _Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessary, equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Quick requirements of Section 9-03.8(2) Determination of Aggregate Gradation using Alternate Solvent Win, Procedure; WSDOT Test Method 723-T. 3. Asphalt Cement. Asphalt Cement will be accepted feF E. Reject Mixture 4es4s-based on 44&i�r-.conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contractor may, prior to 02.1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace it be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. Any the asphalt cement changes, a new job mix formula (JMF) shall be such new material will be sampled, tested, and evaluated for evaluated and approved. acceptance. 43. Asphalt Concrete Mixture (2) Rejection -by Engineer Without TestingAri;hgut Tn9&iu9. A. Sampling The Engineer may, without sampling, reject any batch, load, or (1) A sample will not be obtained from either the first or last section of roadway 25 tons of mix produced in each production shift. Page-SP-26 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement m-tosial that appears defective in gradation or asphalt camaw SECTION 5-04.03410)A IS SUPPLEMENTED BY ADDING content. Material rejected before placement shall not be THE FOLLOWING: incorporated into any44e pavement. Any rejected section of compacted seadw,a}pavement shall be removed. 5-04.3(10)A General (RC) 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 Jransite) is in place (refer to City of rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations of rejected material tested, a minimum of three representative samples A.C. lines.) will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: for testing from compacted pavement shall be removed by coring. 5-04.3(10)B Control (SA) Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, _ and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Section 5-04.3(8). The specified level of relative density shall be ca...:,p 1 06 "n) 1wing a miAimum ^° 924•.0 percent of the Acceptance of the initially reference maximum density as A-te;miael 1� Test rejected suspoctsd material will use the acceptance sampling and MethgA W-Q5. The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that develo in the job mix formula JM formula tolerances of Section 9-03.8(6)A, the mix will be rejected of the mgrt r-@G@At FA-6 fQr- the lot of �Gphni& and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average stztisticai remain subject to the compaction adjustment of Section 5-04.3(10) 41-11-tiepof three 41As 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 the 4..at4ed'�' random within each density lot loss. The Engineer will furnis a copy of the results of all acceptance testing performed in the field as soon as the results are availabl ' ._ 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• dstQ;Q;; sd. For compaction lots falling below a CPF of 1.00 pay (acres and thus subject to price reduction or rejection, cores may be used as an alternatives to the nuclear density gauge tests. When-cesos z€to;pauiagr-When the Contracting Agency requests cores and the 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. 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 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement , Compactibility,shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE a 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(1)A IS DELETED AND REPLACED WITH of the reference maximum density detarmincid by Ww-OT T Metlhed ). If a compaction test section is requested, a THE FOLLOWING: Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within considered compactible. the limits of the job mix formula shall be accepted at the unit Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted (see basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of Mixture). point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS compaction train, required to attain the maximum test point FOLLOWS: density, shall be used on all subsequent paving. Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC compacted to the satisfaction of the Engineer. Compaction (RC) In addition to the randomly selected locations for tests of the For each sublot a Compaction Eay density, the Engineer may also isolate from a normal lot any area Factor liwo.,t"9 v.:^o Adjustment �'o; (C�'�"""IRAP)T will be that is suspected of being defective in relative density. Such determined based on the relative density of the tests. The isolated material will not include an original sample location. A following table lists the Compaction Pay Factors and their minimum of three S randomly located density tests will be taken. associated relative density. r tie rro A o,.."i" .r o a:ae.e. o The isolated area will then be evaluated for price adjustment in accordance with this section, considering it as a separate_-sublotlet. 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. ,4ppr-each 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 "rnh b4ir com "aRGo o.;,-" Adjust. an; - 5y calculatien. 90.0 0.85 89.5 0.80 5(l), 89.0 0.75 i i 1 1 Page-SP-28 Revision Date:May 19, 1997 ' 6-12 Rockeries 6-12 Rockeries Division 6 and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal Structures axis if the rock shall be at right angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the rockery. Each row of rocks will be seated as SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner that there will be no movement between the two. After setting a 6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 6-12.1 Description (RC) inch square probe. The work described in this section regardless of the type of 6-12.3.1 Rockery Backfill (RC) materials encountered includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall engineer. and the cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches below the course of 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course. sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC) weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a sulphate in accordance with aashto t104, the loss through a one- footing drain behind the rockeries as shown in the standard plans, inch sieve after 6 cycles shall not exceed 35% by weigf t. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC) No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard sound, durable and free from material and to suspend any work that is being improperly done, weathered portions seams cracks and other defects. 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 made from the footing grade to the top of the wall and rounded to to 600 pounds) each 13' in its least dimension; three-man rocks (800 to 1,200 pounds) each 16" in its least dimension; four-man the nearest square yard. rocks(1,500 to 2,200 pounds)each 18' in its least dimension. The 6-12.5 Payment (RC) rocks shall range uniformly in size for each classification specifies. The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall", rock in walls over 6 feet in height. per square yard. The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work, materials and equipment required to complete the installation, The rock unloading at the site will be done in such a manner 1 including drainage pipe and all other items. as to segregate the rock by the size ranges indicated in the 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 1 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 7-01.2 IS REVISED AS FOLLOWS: 7-03 Structural Plate Pipe, Pipe Arch, Arch, 7-01.2 Materials (RC) and Underpass Drain pipes may be concrete, zinc coated (galvanized) Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS: steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC) , option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following used. sections: SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6 02 Corrugated Steel Asphalt Treatment I 9-05.6(8) I 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 I recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) 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. Sir. Plate Pipe _ Gage _ In. Diam.", per linear otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I. I PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Sir. Plate Pipe Arch_Gage_Ft._In. Span", snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment 1. ( recommended by the manufacturer of the tubing. "St. Sir. Plate Arch_Gage_ Ft. _In. Span", per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. ( ' FOLLOWING: "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl.Haul", per cubic yard. 7-01.4 Measurement (RC) If no bid item for Structure Excavation Class A or Structure ' When the contract does not include "structure excavation Excavation Class B, including haul, is included in the schedule of Class B" or "Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra contract pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS , FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS: 7-02.2 Materials (RC) 7-04.2 Materials (RC) I Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in sections: regard to a kind of storm sewer pipe, it shall be understood that Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized) Asphalt Treatment I Coated o* Reinforced Concrete Culvert Pipe 9-05.3(2) rl 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 I 9-05.4(8) Steel End Sections, Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) Solid Wall PVC Culvert Pipe 9-05.12(1) ' Profile Wall PVC Culvert Pipe 9-05.12(2) Page-SP-30 Revision Date: May 19, 1997 ' 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins 7-04.3 ' Construction Requirements 7-05 Manholes, Inlets, and Catch Basins SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: _ FOLLOWING: 7-04.3(1)B Pipe Bedding (RC) 7-05.3 Construction Requirements (RC) Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have placed to a depth of 6' over and 6" under the exterior walls of the ladders. pipe- SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS 7-04.3(2) Laying Storm Sewer Pipe FOLLOWS: SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) 7-04.3(2)A Survey Line and Grade (RC) The existing cast iron ring and cover on manholes and the Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the specifications. existing structure shall be raised or lowered to the required elevation. SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(2)G Storm Sewer Line Connections (RC) All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing 7-04.4 Measurement (I 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" is manhole shall be carefully relocated from references previously included in the Schedule of Prices pipe bedding, as shown in the established by the contractor. The pavement shall be cut in a standard plans shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of additional payment shall be made. the cover. The manhole shall then be brought to proper grade " utilizing the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wedged up to the desired grade. The asphalt concrete pavement for other items. shall be cut and removed to a neat circle the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up_to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture density, 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 minimum 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. " Monuments and cast iron frame and cover: Monuments and Existing per each. monument castings shall be adjusted to grade in the same manner Thhee unit nit contract price per each for "Adjust Existing bdmaholv* " shall be full pay as for manholes. Valve box castings: Adjustments of valve box castings shall be for all costs necessary to make the adjustment including restoration of adjecent areas in a manner acceptable to the Engineer. made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard. SECTION 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl.Haul",per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin," per each. the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each. ' to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS. FOLLOWING: 7-08.3(1)C Pipe Zone Bedding (RC) (SA) 7-05.3(3) Connections to Existing Manholes (RC) Hand compaction of the bedding materials under the pipe Where shown on the plans, new drain pipes shall be connected haunches will he 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 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 atFiis expense, similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between SECTION 7-08.3(2),I IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement, 7-08.3(2)J Placing PVC Pipe(RQ the pipe shall be placed with the minor axis of the reinforcement in In the trench prepared as specified in Section 7-02.3(1) PVC a vertical position. pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made, proper gasket upgrade Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement. the pipe When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING. at the point of connection. 7-08.3(2)G Sewer Line Connections (RC) 7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer, all connections of Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. When luugi wog in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or The Contractor shall transfer line and grade into the trench reinforced concrete cast or ductile iron pipe, the existing 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 C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal to kore-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the Engineer. SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.4 Measurement (SA) 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the calculations from measurements on the top of the pipe, or by cubic yard, including haul,as specified in 2-09. or by the TON. looking for ponding of 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 7-11 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 Sectiod-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 backfil ling 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 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) (RC) 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 backfill will be by REVISED AS FOLLOWS: the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with accordance with Section 1-09. Polyethylene Encasement (RC) tThe Contractor shall lay ductile 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment (RC) encasement shall be installed in accordance with AWWA C105. _The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 mil. polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance Payment for "removal with ANSI/AWWA C105/A21.5-93. and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment compensation will be made. shall be allowed. 4. "Bank Run Gravel for Trench Backfill", per cubic yard 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND or ton. The unit contract price per cubic yard or ton for "Bank Run REPLACED BY THE FOLLOWING Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (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 The Contractor may be required to perform the connection unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Contractor material per Section 9-30.7B(l). shall not operate any valves on the existing system wiilieuc gp@cit.►c Water system personnel will operate all valves on the existing system for the contractor when required. No work shall be performed on the connections unless a , representative of the water department is present to inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be done by City forces as provided below: City Installed connections: Page-SP-34 Revision Date:May 19, 1997 ' 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by drawings The contractor must verify all existing piping, the Engineer. dimensions and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors, as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled s 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' material at the connection areas before the scheduled time for the 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1_50 1.80 2_40 3_00 3_60 necessary to install all connections as indicated on the construction 350 0_94 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 1_90 2.37 2_85 Contractor shall provide and install concrete blocking, polywrap 225 0_68 0_90 1.13 1.35 1_80 2_25 2.70 the piping at the connections backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various water mains. diameters, the allowable leakage will be the sum of the computed The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed, the formula below shall be used: SECTION 7-11.3(ll) IS SUPPLEMENTED AND REVISED AS The quantity of water lost from the main shall not exceed the FOLLOWS: number of gallons per hour as determined by the formula 7-11.3(11) Hydrostatic Pressure Test (RC) L=NDFP A hydrant meter and a back flow prevention device will be 7400 used when drawing water from the City system. These may be in which obtained from the City by completing the required forms and 1- = Allowable leakage,pipeline tested making required security deposits There will be a charge for the N = No.of joints in the length of pipeline tested water used. Before applying the specified test pressure air shall D = Nominal diameter of the pipe t 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 hints so that the air can be expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: pressure applied At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be Aushsdpoly- under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe. If furnish the water necessary to fill the pipelines for testing purposes efr� 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 ioints, 3/4" for 7-11.3(12)D Dry Calcium Hypochlorite (RC) 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000 laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat , SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24' mechanical 7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4" same as Treated water shall be retained in the pipe at least 24 hours SST 7, except 1" eye for 7/8" rod. same ASTM specification as ' but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4', least 25 mg/l. ASTM A563, grade C3, or zinc plated. S8: 518" and 3/4% ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A, zinc plated or hot-dip galvanized Tiecoupling: used to extend continuous threaded rods and are 7-11.3(12)N Final Flushing and Testing (RC) provided with a center stop to aid installation, zinc plated or hot- Before placing the lines into service, a satisfactory report shall dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, be received from the local or State health department or an grade C3. S10: for 5/8' and 3/4" tierods, ASTM A563, grade A. approved testing lab on samples collected from representative 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: 5/8" 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 ioint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all ioints 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" ....................................•.••••• 8" .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: 16"...........................................8 Where shown on the plans or in the specifications or required by 18............................................8 the engineer, joint restraint system (shackle rods)shall be used. all 20............................................10 ' joint restraint materials used shall be those manufactured by star 24"...........................................14 national products, 1323 holly avenue PO box 258, Columbus Ohio 30"...........................................(16-7/8"rods) 43216 unless an equal alternate is approved in writing by the 36............................................(24-7/8"rods) engineer. ' Materials: Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is treated, superstar "SST" series. supplied with slots for "T" bolts instead of holes, a flanged valve Hip 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 pipe shall be greater than 60 feet in length ASTM A123 for galvanizing rolled, pressed and forged steel between fittings. Insert long body solid sleeves as required on shapes. 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 ' 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts, tienuts, 7_12 Valves for Water Mains ' tiecouplings tierods and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all fiebolts, 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) Where required, a valve marker post shall be furnished and koppers bitumastic no. 800-m, or approved equal. 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. 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 1RC) shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(l) of the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited mains will be per each for each connection to existing water to, the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. 7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to Pipe for Water Main and Fittings In. Diam.', per remove such debris, leaving the valve installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of "_Pipe for Water Main _In. Diam." shall be full pay for fourth inch(1/4") to one-half inch (V2")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 7-12.4 Measurement insertion and removal of poly-pigs temporary thrust blocks and blow-off assemblies, testing, flushing disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured shackle rods abandoning and capping existing water mains, per each if included as a separate pay item in the Contract; if not a removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental. shown on the plans, and cleanup. Hydrant auxiliary gate valve will be included in the "Concrete Thrust Blocking and Dead-Man Blocks", per cubic measurement for hydrant assembly and will not be included in this yard. measurement item. The unit contract price bid for 'Concrete Thrust Blocking and Dead-Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE materials equipment for the installation of the concrete thrust FOLLOWING: ' blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation dewatering haul and disposal of unsuitable materials, Box," per each. concrete reinforcing steel shackle rods and formwork. If this The unit contract price per each for the valve of the specified item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor, equipment and material to blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main, installation of the_pi e 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 7-14 Hydrants , The unit,contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories, butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are ' and material to furnish and install the valve complete in place on outside right-of-way). the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance painting disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required, adjustment ' SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE to final grade. 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(l). All hydrants installation of the assembly per the City of Renton Water Standard shall be rebuilt to the a y( p approval of the Cit 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 the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC) disinfection meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All tubber 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 I-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made. "Hydrant Assembly", per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as 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(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding (or replacement with a new hydrant), FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be 7-14.3(1) Setting Hydrants (RC) considered incidental and no additional payment shall be made. After all installation and testing is complete, the exposed portion of the hydrant shall be painted with eAatwo 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 i 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 MJ), 6" DI spool (PE x PE), 5- 1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, Page-SP-38 Revision Date: May 19, 1997 7-15 Service Connections 7-17 Sanitary Sewers 7-15 � Service Connections SECTION 7-17.3(2�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 Tapes. 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(RQ The length of sewer pipe will be the number of linear feet of 7-15.5 Payment (RC) completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection_In. Diam.", per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection structures. In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or (hoe- 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 I 7-17 Sanitary Sewers tickets. SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS: - 7-17.5 Payment (RC) 7-17.2 Materials (RC) (SA) Payment will be made in accordance with Section 104.1, for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. o; W C—Sewer Pipe _ In. Diam.", per linear Concrete AIDS-Cer�esisa foot. �L d QQ�L PVC(Polyvinyl Chloride) "Cl. — Reinf. Conc. Sewer Pipe _ In. Diam.", per linear Ductile Iron foot. Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot. sections. "Ductile Iron Sewer Pipe_In. Diam.",per linear foot. Plain Concrete Storm Sewer Pipe 9-05.7(1) " _la Diam " Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the Ui,.iFAW la.'.c -APO 905 8 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 c r c war pipe 9051.4 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(I) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be FOLLOWING: considered incidental to the pipe items. 7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per 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 material as specified in Section 7-08.3(1)A. shall be the contractor's responsibility to maintain this screen or Bank Run Gravel for Trench Backfill Sewer", per cubic trap until the new system is placed in service and then to remove it. " yard, Any construction debris which enter the existing downstream 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 he 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 8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Miscellaneous Construction 8-13.5 Payment "Reset Existing Monument" per each. 8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall ' be incidental unless included as a pay item in the Schedule of Prices. SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: - 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE "Raised Pavement Marker Type 1", per each4rsdred. FOLLOWING: "Raised Pavement Marker Type 2", per each#wadwa. 8-14.3(4) Curing (RC) "Raised Pavement Marker Type 3- In.", per each4undwd The Contractor shall have readily available sufficient "Recessed Pavement Marker", per eachluuad{ed. protective covering, such as waterproof paper or plastic membrane The unit contract price per eachh-AdFad for "Raised Pavement to cover the pour of an entire day in the event of rain or other Marker Type 1", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricading Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed concrete. necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and with these Specifications including all cost involved with traffic replaced at the expense of the Contractor. control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE control is listed in the FOLLOWING: contract as a separate pay item. 8-14.4 Measurement (RC) 8-10 Guide Posts When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the plans and standard details 8-13 Monument Cases including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk, crushed FOLLOWS. surfacing base materials and all other work, materials and equipment required per Section 8-14 shall be included in the per 8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete" unless any of these This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay cases and covers, in accordance with the Standard Plans and these items. Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp, the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation, then supplied surveyor. quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the payment FOLLOWS: shall be included in the pay item for "Miscellaneous and/or 8-13.3 Construction Requirements Driveway Asphalt Concrete." SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE ' The monument will be furnished and set by the Engineer 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 ' "Curb Ramp, Cement Concrete," per each. surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re- Payment for excavation of material not related to the established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING: Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the 8-13.4 Measurement lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk impacted by contraction 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 minimum width for the trench will be at the option of the THE STATE AMENDMENT TO SECTION 8-17 IS contractor. Trench width will however, be of sufficient size so SUPPLEMENTED BY THE FOLLOWING: — that all of the necessary conduit can be installed within the depths 8-17.5_Payment (RQ 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 c Where obstructions prevent construction of planned SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation FOLLOWING: satisfactory to the Engineer. 8-20.2(1) Equipment List and Drawings (RC) The Contractor shall submit for approval six sets of shop > -1+;'@" 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 I 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 pla;;& listed in the sps-ial 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 mariner. 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. ape of device Dimensions ' The contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia. directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet work shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system shall be free of rocks greater than two inches in diameter to a depth All concrete foundations shall be constructed in the manner specified below: of six inches above the conduit. Trench within the roadway area shall use select trench backfill I. Where sidewalk or raised islands are to be constructed as a which shall consist of 5/8th inch minus crushed surfacing top part of this project the top of the foundation shall be made course or other material as indicated in the special provisions or flush with the top of the sidewalk or island. (See detail schedule of prices and directed for use by the engineer. The source sheet e 2 and quality of the material shall be subject to approval by the . Where no sidewalks are to be installed,the grade for the top engineer. Trench backfill within the sidewalk area shall be made d 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 tf•.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 lecztierts: 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 bay. shall be as indicated on the wiring and conduit schedule shown on Ip ans. Conduit to be provided and installed shall be of the type utiliiti�s. 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 411 QQPd it entarin unctien hgxes and 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 ��: f4t g, ec}t iPrnottitgreundingconducter,--g"^11;ding 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 Boxesexamptod i 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" 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 st�l. conformance with provisions contained in the standard plans and I shall ;io;be detail sheets. The unit contract price per each for "Type I" or "Type H" o, 2G4:Art Irn:.,g .,,o,O"s D,,,o,,on: gho" got w junction box shall be full compensation for furnishing same and for all costs of labor, material, tools, and equipment necessary to provide and install the ►unction 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 1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed deep. The cuts shall be parallel to each other and extend I feel-0ne under and around the base of the junction box. Concrete shall be 1 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 is la;gsp 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. surfacing" and/or for "concrete pad." qt' � t 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 Stara 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 gFQ' cycle A.C. (street lighting contactor/traffic signal, grounded neutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility.The service cabinet shall be marked with the service Identification of the equipment grounding conductor shall conform t 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. SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS ' FOLLOWS. 8-20.3(11) Field Test (RC) s a aFe All street light standards signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends, copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays,or the day preceding a holiday. complete with a #8 AWG bare copper bonding strap located in the ' nearest junction box. All signal controller cabinets and 1. Requests for traffic signal turn on will not be considered until a signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place. diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on in accordance with the plans specifications and applicable codes. date. Ground rods are considered miscellaneous items and all costs 3. Requests for signal turn on shall not be considered until are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has are also miscellaneous items unless a separate pay item is provided been energized by the electric utility. ' in the "Schedule of prices." 4. A minimum of three (3) working days notice will be required for signal turn on. SECTION 8-20.3(10) IS REVISED AND SUPPLEMENTED AS 5. Channelization at the intersection must be complete per plan FOLLOWS: before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the 8-20.3(10) Service (RC) engineer. Power sources shown in the Plans are approximate only; exact 6. City forces shall provide, post and maintain proper signing location will be determined in the field. warning of new signal ahead. ' 8-20.3(13) Illumination Systems SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED ' AS FOLLOWS. 8-20.3(13)A Light Standards (RC) (SA) sssa:al�l}. 1 ' 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 ' 2, 411 ,.,2gho;c Ah.,n W A A S1410 Ad 164 (A STM A z')5) caused by wind loads of 85 m.p.h. with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of weight load and 2.33 p.s.i. for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two 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 be fastened securely to the top of the shaft producing a flush joint with an even profile. ' Anchor Base: tW 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 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 &aadd-1?4a�s, 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 f'euadat;QR 4-digits and one letter on each pole, whether individual luminaire or signal pole with luminair. The letter and numbers combination ' shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold, white reflectorized 2 inch legend on a black background. The I.D. number will be assigned to each All light r*.,^a"Fds; ohall have ed Awtai *art pole at the end of the contract or project by the City traffic engineering office. Cost for the decals shall he considered incidental to the ' Rumber contract bid. 2, T •m^� �� *�^� 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 T7-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 t 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. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier. the standard detail. SECTION 8-20.3(I5) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING: FOLLOWING: 8-20.3(15) Grout (RC) 8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete ' All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of ' block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers, wire FOLLOWS: cutters etc. will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC) appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal yytem conductor runs shall be attached to appropriate signal terminalgnal syswia_ no specific unit of measurement boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed. loops. Conduit of the kind and diameter specified in the Schedule of SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual treat 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: CableSRC) 8-20.5 Payment (RC) The Contractor shall keep records of field testing and shall " " Payment will be made for each of the following bid items that furnish the engineer with a copy of the results. are included in the proposal: SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED Illumination System_ , lump sum. AS FOLLOWS: "Traffic Signal System _", lump ' 8-20.3(14)E Signal Standards (RC) sum. — 3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System cable shall be installed in any signal standard supporting a and "Traffic SignalSystem _", and ' luminaire. _ shall be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete electrical system, modifying existing ' systems, or both, as shown in the Plans and herein specified 14. The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations, conduit, all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all ' WSDOT. required tests. All additional materials and labor, not shown in the 15. Installation of all nuts and bolts shall be performed with plans or called for herein and which are required to complete the proper sized sockets open end or box wrenches. Use of pipe electrical system, shall be included in the lump sum contract price. wrenches or other tools which can damage the galvanization of the ' 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 8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical ' The unit per each price for (14)"Service cabinet' shall be full compensation for furnishing and installing the fully equipped cabinet and for risers, standoffs and any other materials, labor or costs associated with providing electrical service as required by the electrical utility, the contract plans, details and specifications and not included as separate pay items in the contract schedule of ' rip ces. ........Signal head......," per each. All costs for installing conduit containing both signal and ".......Signal head mounting hardware," per lump sum. illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting signal system. hardware" shall be full compensation for supplying and installing All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. prices for the signal system. "Pole mounted terminal box,..."x..."x...", and mounting , The unit prices for the items listed below shall be full hardware," per each. compensation for furnishing and installing each item and for all "2/c 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. plans detail sheets and these specifications. "Traffic signal controller and cabinet,' per each. "Trench and Backfill ........ wide by........." deep, " per The unit contract price for "Traffic Signal Controller and linear foot. Cabinet" shall be full compensation for furnishing and installing a ' The unit contract price for (3) "Trench and Backfill" per fully equipped, wired and operational controller and cabinet. linear foot shall be full compensation for excavating, loading, "Traffic signal wire," per lump sum. hauling and otherwise disposing of the waste materials, for "Signal standard, Type..., with ...-foot mast arm," per each. backfiiling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot. ' and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)'Induction loop as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans specifications and detail sheets. sawcut required for installation. The unit price shall be full "Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire, ' shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices, "........Foundation, .......I" 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 he 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 I 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 ........wan...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-SP-46 Revision Date:May 19, 1997 ' 8-22 Pavement Marking 8-22 Pavement Marking The unit per each price for "Remove existing foundation" Traffic LatwFLegend shall be full compensation for full and complete removal and A WHITE marking hauling and disposal of the foundation, p;epeFtieswsing alphabetical letters.. 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: high See contract plans and detail sheets. SECTION 8-22.3(5)IS REVISED AS FOLLOWS: 8-22.1 Description (RC) Skip Center Stripe 8-22.3(� Tolerances for Line Stripes (RC7 A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error within or "skip" pattern shall be based on a 41 ea orrmminus lt 24-foot unit consisting I of a-4Q feet 9-foot line and a-3A-Beet 15-foot gap. Skip center a 1 feet 24-foot length of skip stripe shall not exceed plus 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 ^; '�'�-._^;^l; 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.aed-a and for channelization. Gera-StFi}peApproach Stripe A SOLID WHITE line, 8 inches wide, used w Usawa}t SECTION 8-22.3(7)IS A NEW SECTION: to delineate turn lanes from through lanes, for traffic islands, and for hash marks. Hash 8-22 3(•) Removal of Traffic Markers (RC) mark stripes shall be placed on 45 degree angle and 10 29-feet — The work to remove all old or conflicting stripes, lines, apart. buttons, or markers as required to complete the channelization of Lane Stripe the project as shown on the plans or detail sheets shall be ' A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further delineate adjacent lanes travelling in the same direction. The compensation shall be made unless a separate pay item or items are broken or "skip" pattern shall be based on a-49-fee424-foot unit consisting of a 444"9-foot line and a-39-fee4 15-foot gap. provided for such removal. Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS A BROKEN WHITE line, 8 inches wide, used to FOLLOWS: delineate a lane that ends at an ^U The broken or "skip" pattern shall be based on a 244,T-foot unit consisting of a 93-foot 8-22.4 Measurement (RC) (SA) line and a 1542-foot gap. The measurement will be based on the travel distsaco-requisod ''`N D- ��' a of a marking system capable... Ggs4Approach 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 42�c1�-spaces head defined as a unit. T ADhL�T'AT VT7T T(1\TT �• e .,,.T, n ;A-hog .Ado, Traffic Iou*&slegends, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. ' 94P- 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-444eet 24- item then removal of existing traffic markings shall be considered meet 15-foot incidental to the payment for other items of work and no further foot unit consisting of a Q Wgt 9-foot line and 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,--1.2 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe with al fQQt 8-22.5 Payment (RC) and parallel to the direction of traffic flow and centered in pairs on lane "Painted G FQ sWi roach Stripe", per linear foot. lines and the center of lanes. See detail sheet.. "Painted Traffic I:sua;Legend",per each. Stop Bar "Plastic Traffic I etto Legend", per each. A SOLID WHITE line,- � 12, 18 or 24 inches wide-1 u "Remove Paint Line ....." wide," per linear foot.' nless as noted o4h4 A4&&ia on the Contract plans. Page-SP-47 Revision Date: May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings ' "Remove Plastic Line ....... wide," per linear foot.' 8-23 Temporary Pavement Markings "Remove existing traffic markings, "per lump sum.; ' The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH THE "Remove Plastic Line" and the lump sum contract price for FOLLOWING: "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RQ ' and detail sheets. If these pay items do not appear in the contract schedule of prices then the removal of old or conflicting traffic If no pay item is included in the contract for installation or for markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the other items in the contract and no further compensation shall be contract or included under "Traffic Control,' if that item is included as a bid item. made. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools material, and equipment necessary for the completion of the work as specified. .t t Page-SP-48 Revision Date:May 19, 1997 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for payment may be produced for use on a project until the ' 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 the Contractor. 9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single FOLLOWING: job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment toia the 9-00(A) Recycled Materials (RC) JMF The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size. ' requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the IMF without prior written approval of the Engineer. Should a change in sources ' SECTION 9-02.1(10)IS A NEW SECTION. of materials be made, a new JMF must be approved by the t Engineer before the new material is used. 9-02.1 10 Loop Sealan (RC) prgUnless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be WeA hot-melt rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal) shall meet the penetration, flow and resilience The ' ""r"" v♦he Gomplated "Phv%i specifications of ASTM D3407 and shall be installed with an or approved applicator in conformance with manufacturer's recommendations. The contractor shall request and obtain approval from the 1iw.u.3A4F'-. Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances dad-AdjuscmeAcs. detector loops and shall submit manufacturer cutsheets or other a. After the JMF is data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances: ' only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits applied in conformance with the methods required as to The tolerance limit for each temperature and means of application such as to completely fill the mix constituent shall not sawcut area encapsulate the loop wires and adhere to the exceed the broad band pavement. specification limits specified ' in Section 9-03.8(6). 9-03 Aggregates Ag&regate assing 1", Broad band specification 3/4 5/8 , �/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 t 6% 9-03.8(6)A Basis of Acceptance (RC) Aggregate passing No. 10 sieve t 5% 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve t 4% conformance to the project job mix formula (JMF). Aggregate passing No. 200 sieve t2%_Notel Asphalt cement t0.5%Note2 For open graded mix: Tolerance limits shall be for aggregate ' gradation only and shall be as specified in Section 9-03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement), 2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5-04.3(8)A to determine acceptance. No Page-SP-49 Revision Date:May 19, 1997 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE FOLLOWING: , 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Joint assembly design shall be reinforced concrete bell and 6, e „g 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 N nn j n s f. tho FOLLOWING: R tl4- N ' 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test ra rF Z4;@ .,djuF;;@d ig .,,..& the _alig,,a r Pressure shall be 5 psi. SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS ' FOLLOWS: 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) 4#a-sg�c6ztieas. ' The manufacturer of spiral rib storm sewer pipe shall furnish 9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the State. 9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall Butyl rubber shall conform to ASTM D2000, M1 BG 610. be furnished with pipe ends cut perpendicular to the longitudinal ( ' axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or 9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. Conduits , 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 H. Welded seam aluminum r- coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE FOLL.0)rVING: Steel spiral rib storm sewer pipe shall be manufactured of , 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. , Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe, helical ribs shall project requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material. The ribs shall be essentially conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness , otherwise specified. (2t) plus or minus 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 lockseam or stiffener to the top surface of rib). The maximum ' 9-05.7(2)A Basis for Acceptance (RC) spacing of the ribs shall be 11.75 inches center to center (measured All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the (D-load) test in accordance with ASTM C76; and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam, a stiffener shall be included midway Page-SP-50 Revision Date:May 19, 1997 9-06 Structural Steel and Related Materials 9-08 Paints between ribs,having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum ' height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the bands. metal at the corners of the ribs shall be 0.0625 inch with an When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent. ' be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated 05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch + For narrow pitch spiral rib sewer pipe the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95 project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum 1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured 4371 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 comers 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—lo 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 SECTION 9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING. manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111 Category 4 or 5, 9-06.5(4) Anchor Bolts(RC) Grade P33 or P34 Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal ' pipe shall comply with all material and stiffness requirements of poles street light poles, strain poles or other types of poles shall AASHTO M294. meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer SECTION 9-05.14 IS DELETED: any and all data concerning fabrication, strength test results, mill SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor FOLLOWS: bolts meet those specifications. The following standard specifications shall apply to anchor 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light signal and strain poles provided that the (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 1 The standard anchor bolt for aluminum street light poles be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of gasket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend ' on the bottom end and a minimum of six inches of die-cut threads on the top end. A A euTn bd 196 co,..:on-, , 2 The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or specifications provided by the manufacturer. All anchor bolts nuts and washers shall meet the pole 4. 114 , , by 518 h &ap 11 :,,,.>,ar GBALo. manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per Section 9-06.5(4). ' GgupliAg Wnds 9-08 Paints SECTION 9-08.8 IS A NEW SECTION: ' 9-08.8 Manhole Coating System Products (RC) project For spiral rib storm sewer pipe helical ribs shall outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(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 9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: ' A. General 1. Buried Manhole 9-29.3 Conductors, Cable (RC) Surface Color Paint System Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing the circuit number , a. Buried, and White C-1 shown on the plans. exposed No splicing of any traffic signal conductor shall be permitted concrete unless otherwise indicated on the plans. All conductor runs shall surfaces. be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The only exceptions shall be the 9-08.8(2) Coating Systems splices for detector loops at the nearest junction box to the loops. A. High Solids Urethane The contractor shall provide and install all the necessary wiring fuses and fittings so as to complete the installation of the , Coating System: C1 signal and lighting equipment as shown on the plans. All materials Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein, shall Surfaces: Concrete comply with applicable sections of the National Electrical Code. Surface Preparation: In accordance with SSPC SP-7 g. Detector loop wire shall be No. 1244 AWG stranded (Sweep or brush off blast) copper wire, Class B, with chemically cross-linked polyethylene Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. between coats shall not exceed (11) Sint-pa"�communication cable(6�shall meet REA 24hours in any case specification PE-39 and shall have six—pair—No. 19 AWG wires ' System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The cable Coatings: Primer: One coat of Wasser shall have a petroleum compound completely filling the inside of MC-Conseal high solids the cable. ' urethane(2.0 DFT)Finish: The shielded communications/signal interconnect cable shall Two or more coats of Wasser meet the following: MC-Conseal (min. 4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, size 19 a_S_ 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted ' SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 9-23.9 Fly Ash (RC) 4. Shielding: A corrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum ' tape shield is applied longitudinally with shielding coverage. A 9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black, low density high molecular weight SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight, ' FOLLOWING: temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a 9-29.1 Conduit (RC) continuous covering. The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be printed , indicated below: sequentially a minimum of 2' along the outer jacket. 1. Schedule 80 Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is flooded with petroleum-polyethylene gel filling compound including the ASTM Standards to be used in all installations under roadways. area between the outer jacket and the shield. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) ' 9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal Junction boxes shall be reinforced concrete with galvanized board. ' steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern) as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as 9-29.10 Luminaires (RC) follows: ' 1. Signal only: "Signals" The filter shall be charcoal with elast-omer gasket. 2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cobra 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface ' of the cover plates. Page-SP-52 Revision Date:May 19, 1997 t 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire. 9-29.11 Control Equipment ` 5. Conflict Monitor. Upon sensing conflicting signals or ' SECTION 9-29.11(2)IS DELETED AND REPLACED WITH. unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take operate on 120 volts 60 Hz. The unit shall consist of a light command of the signal displays at the beginning of artery sensitive element connected to necessary control relays. The unit t#swk ely low. shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type, capable of energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of ' The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per values in the temperature range of -55 degrees C to +70 degrees minute. C. The photo cell shall be mounted externally on top of the luminaire In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS ' control the system shall be mounted on the luminaire nearest to the FOLLOWS: service/contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (RC) Immediately after a valid call has been received, the ' SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required FOLLOWING: clearance intervals and subsequent pre-emption intervals. Pre-emption shall sequence as noted in the contract. Pre-emption 9-29.13 Traffic Signal Controllers (RC) 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. 1 - 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 SECTION 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 diagram. located behind the police panel door is turned to the flash position, c. Pre-emption Indicator Lights. the signals shall immediately revert to flash; however, the Optical Detector controller shall "STOP TIME." When the switch is placed on O Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b. Fittings shall meet the specifications of the system ' 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c. Shall operate over an ambient temperature range of-40°F immediately resume normal cyclic operations at the beginning of to +180°F(-40°C to +85°C). artery grv�a ely low. 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 9-29 Illumination,Signals,Electrical ' Discriminator Each module shall do the following: a. Shall provide for a minimum of two channels of optical detector input. b. Shall provide for a minimum of two discrete channels of optically isolated output. P&Q-';Ag QAS , When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the "Aimul—ROOIN; gap ' phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully- not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance ' are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards. received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall ' be on the front of the controller unit or shall have keyboard entry SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic FOLLOWING: signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully-actuated , 9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of ' and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow. FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-29.13(6) Radio Interference Suppressors 9-29.13( )A Environmental, Performance and Test A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic ' Additionally, all power supplies shall have noise immunity from Controllers (RC) other devices within the cabinet. The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- , FOLLOWS: out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal 9-29.13(7) Traffic-Actuated Controllers (RC) Shop will make space available to the contractor for the required Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components more intersections. satisfactorily functioning shall start the test period. Any All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are ' supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The ' NEMA specifications. demonstration by the contractor to the Engineer of all components ,;n.nanr shall r.,.,form &Q 11NU/A .,.,b"Gar;nn W ?g.,.1.6 ag 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 AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for Traffic Actuated ' Controllers (RC) chars fl-ch rc2ncfar rolayr Igm, c..;rrhac bpaaka.o bilges_ ' cvilic .irrha pw la me nr fa Page-SP-54 Revision Date:May 19, 1997 ' ' 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit ' There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The off. There shall be a controller power switch that—shall render the communication devices shall be used for on-line computer control ' controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command or load switching devices. information from the computer all in conformance and within the capability of the multisonic master computer unit and the Stop Time Bypass Switch interconnect cables. There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS: ' operation either by the flash switch or the fail safe monitor, the 9-29.13( )D Controller Cabinets (RC, SA) 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 Glau normal cycling operation while the intersection remains in flashing anodized 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 he 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 longPiece, Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene. They shall be equipped with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly. ' e. The Controller cabinet shall have a load bay panel with at Surge Protector (Lighting Arrester) least the following items mounted on the face of the panel: transfer relays; load switches; and terminal blocks for termination 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.I6 IS SUPPLEMENTED BY ADDING THE ' numbering system is used for the cabinet wiring, then both FOLLOWING: numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC) drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans. Vehicular signal head provided. housings shall consist of separate sections and be expandable type for vertical mounting. Lens shall be glass and meet I.T.E. ' Specifications for light output. Reflectors shall be alzac. Each signal head shall have a 1/4 inch drain hole in its base. Page-SP-SS Revision Date: May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical ' Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads (RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of ' border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal graaa— ely low baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat flat black enamel. ' black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3) (RC)IS DELETED. between the signal head and mast arm. All mounting hardware o_�n ;i6�3;-1?elTcarbenate Tr-MG SignalUeads (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 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 9-2 16(3)13 11-inGh 'rr=Mr.Sig ,t miscellaneous mounting hardware shall be stainless steel. leads (RC) , SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings , Eight inch conventional signals shall employ a 67 to 69 watt (RC) traffic signal lamp rated for 130-1.29 volt operation, 595 minimum Piuirigs fi. Type Nd -n3 N mount; shall he inraa ad initial lumen, 665 rated initial lumen, 8,000-hour minimum, unpaititsd All oth*;-hardware for other—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 gi;abaked 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(1) IS SUPPLEMENTED AND REVISED AS ' length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS: base. Bulbs shall be installed with the opening between the filament ends up. 9-29.18(1) Induction Loop Detectors (RC) Detector amplifiers shall be Detector Systems model 810A or ( ' SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. equal. 9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall Each lens shall be protected with a removable visor of conform to current NEMA specifications. Amplifiers inst aluminum of the tunnel type, unless specified ab. , otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS. have square doors. 9-29.20 Pedestrian Signal (RC) SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either inGandagGent- fiber optic or neon-grid type, or other types as specified in the contract. 9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to ITE 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 , and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. a winiuwm of 4 112 isticlwshiigh Symbol messages, when ' specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal ello�gr�a enamel. , 9-29.16(2)D Back Plates (RC) Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(1) 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 back. The fiber optics shall be drawn from optical glass of high purity. The fibers shall be temperature resistant. The fibers shall be resistant to the UV light emitted by the halogen lamp and shall , maintain their high transmission properties throughout the lifetime Page-SP-56 ' Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign .The light guides shall contain fibers with a diameter of SECTION 9-29.24(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 9-29.2 Thea finish nish coat shall Painting be ea a factory baked on enamel light grey shall have a hexagonal bundle format. The comtfion bundle end and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked a halogen incandescent tamp with on enamel is applied. The interior shall be given a finish coat of The light source shall x 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 1201240 volt grounded neutral iSECTION 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 train 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 Gon 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 fiberglass be grey in color, be approximately 16" high x 13-7/8' do not walk mode) in Portland orange and 'Man` (for the walk ' wide x 5-7/8' deep and have a minimum of 16 terminals on the mode) in lunar white. The message module shall consist of two neon gas tubes enclosed in a housing made of 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 shalt 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 terminal shall be separated by a marker strip. The marker strip 9-29.24 Service Cabinets (RC) 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 Dale:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials ' 9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' 9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC) Butterfly valves shall be Dresser 450 or Pratt Groundhog, SECTION 9-30.1(1)IS REVISED AS FOLLOWS: SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED ' 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC) cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in conformance with the Standard Drawings. All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker Standard Thickness Class 525A 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 VacuumValves (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, Mueller equal. Company No. A2380�Kennedy,or M&H. Installation shall be per the Cityof 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 staialess 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. Permanent blow-off assembly shall be #78 Kupferle Foundry All external and internal ferrous metal surfaces of the gate Co. or approved equal. Installation of blow-off permanent blow- valve shall be coated for corrosion protection with fusion bonded off assembly shall be per City of Renton Water Standard Detail, epoxy. The epoxy coating shall be factory applied to all valve latest revision. Pipe and fittings shall be galvanized. Blow-off parts prior to valve assembly and shall meet or exceed the assembly shall be installed at location(s) shown on the plans. ' requirements of AWWA Standard C-550 latest revision. Valves Temporary blow-off assembly on new dead-end water main shall shall be provided with two (2) internal 0-ring stems seals. The 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 ioints, flanged joints or Fire hydrants shall be Iowa, Corey Type (opening with the , mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening. Clow, M&H Style 3067, Mueller Series 2370, Kennedy. Compression type fire hydrants (opening against pressure) Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929, Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200, conforming to AWWA C-502-85. in diameter shall.include an 8"x24" cast iron gate valve box and extensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE ' All 12 inch diameter and larger resilient seated gate valves FOLLOWING: shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. Page-SP-58 Revision Date:May 19, 1997 ' 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS or compression type (opening against pressure) conforming to FOLLOWS: _AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 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 Fittings used for copper tubing shall be compression type with ' suitable neoprene gaskets for positive water tightness under test gripper ring. pressures. 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. Stonz 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 AMENDMENTS WSDOT AMENDMENTS ` The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road, Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document. The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the ' subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those SAX subsections have been deleted from this document. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT. SECTION 1 SECTION 2 02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03, ROADWAY EXCAVATION CONDITIONS AND EMBANEAlENT (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 Common Borrow is added. (March 3, 1997) "Embankments at Bridge and Trestle Ends" "Increased or Decreased Quantities" revised. formula revised. 07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION ' RESPONSIBILITIES TO THE PUBLIC (March 3, 1997) (March 3, 1997) A new Amendment. Sub-section 2-09.3(4) A new Amendment. Sub section 1-07.9(5) Construction Requirements, Structure Excavation, Required Documents is revised. Sub-section Class B, Sub-section 2-09.4 Measurement, and ' 1-07.13(4) Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub- "Required Records and Retention" revised. 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 ' 997) A new Amendment. Sub-section 1-10.3(5) (March 3,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. i ' Page-SP-60 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) , Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is , 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added. l0.AP8 SECTION 8-10, GUIDE POSTS "Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996) and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials l0.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 ILAP8 SECTION 8-11, GUARDRAIL is supplemented with an additional item. Sub- (March 3, 1997) ' section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised. added. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) ' SECTION 7 "Materials", and "Measurement" are revised. 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS CATCH BASINS ' (March 3, 1997) (March 3, 1997) Construction Requirements revised. Revised to include drywells. New standard item ' 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4) , Foundations is revised. Sub-section 8-20.3(13)A ANCHORS Light standards is added. This section is deleted in its entirety. (March 1997) "Equipment List and Drawings" revised. ' 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING (March 3, 1997) INSTALLATION REQUIREMENTS(March 3, 1997) A new Amendment. Sub-section 8-21.3(6) Sign , Refacing is revised. Sub-section 8-21.2 Materials A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added. Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is Sub-section 7-08.3(2)D Pipe Laying --Steel or added. ' Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials" Sub-section 7-08.5 Payment are revised. are revised. "Materials", "Trenches", "Jointing of Dissimilar Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING "Standard plan for pipe collars pending. (March 3, 1997) A new Amendment. Sub-section 8-22.4 17.AP7 SECTION 7-17, SANITARY SEWERS — ' Measurement is revised. (March 3, 1997) "Materials" revised. A new Amendment. Sub-section 7-17.3(2)C Infiltration Test is revised. Sub-section 7-17.2 Materials is added. , "Infiltration Test" revised. 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) ' Page-SP-61 ' Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 9 10.AP9 SECTION 9-10, PILING (SeptemMr 30, 1996) 01.AP9 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, 1997) ' (March 3, 1997) Asphalt waterproofing revised. "Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997) ' (March 3, 1997) Revised. A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS, Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS ' 03.14(2) Select Borrow is revised. "Gravel Backfill", revised to include drywells. (March t 1997) "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL SEALING MATERIALS (March 3, 1997) (March 3, 1997) "Posts and Blocks", revised. "Joint Mortar" revised. AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17. (September 30, 1996) CULVERTS, AND CONDUITS (September new Amendment. Sub-section 9-17.1 General (March 3, 1997) is revised. ' A new Amendment. Sub-section 9-05.6(4) Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. Anew 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. 1 revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION Specifications. GEOTEXTELE 09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996) ' (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised. Placing in Treating Cylinders is revised.. i i 1 Page-SP-62 ' Revision Date:May 19, 1997 1 1 I ' 1 1 1 1 SPECIAL PROVISIONS 1 DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.2 Abbreviations ' 1-01.2(2) Items of Work and Units of Measurement Supplement this section with the following: ACP Asphalt Concrete Pavement CPEP Corrugated Polyethylene Pipe Conn. Connection DI Ductile Iron DIP Ductile Iron Pipe ' E East Ex, Exist Existing FF Finished Floor ' ID Inside Diameter Inv Invert MON Monument N North No. Number OD Outside Diameter PC Point of Curve PT Point of Tangency PI Point of Intersection PCC Portland Cement Concrete R/W Right-of-Way S South SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel W West ' 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions 1 Page 1 H\DIVISIONS\UTILITIES\DOCS\2000-344.doGDWC/tb 1-02.4 Examination of Plans, Specifications, and Site Work ' 1-02.4(1) General Add the following to the end of Section 1-02.4(1): Locations of existing utilities shown on the Drawings are approximate and some existing ' utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. 1-02.5 Proposal Forms , Delete the first sentence of this section and replace with the following: The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." 1-03 AWARD AND EXECUTION OF CONTRACT ' 1-03.1 Consideration of Bids (Addition) , The contract will be awarded to the lowest responsive, responsible bidder. ' 1-03.2 Award of Contract (Supplemental Section) The contract award or bid rejection will occur within 30 calendar days after bid opening. 1-04 SCOPE OF THE WORK ' 1-04.3 Project Coordination (New Section) It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their ' subcontractor, the City and any public utilities which may be involved. 1-06 CONTROL OF MATERIAL 9-06.1 Source of Supply and Quality of Materials (Supplemental Section) t Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 2 H:\DIVISION-S\UTI LIT]ES\DOCS\2000-344.dodDWC/tb ' No source has been provided for any materials necessary for the construction of this improvement. The Contractor shall arrange to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. If the sources of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 1-06.7 Shop Drawings and Submittals (Additional Section) 1-06.7(1) General(Additional Section) ' Shop drawing and submittal review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. By approving shop drawings, submittals, and any samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and that he has checked and coordinated each shop drawing with the requirements of the work and of the contract documents. Shop drawing and submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. ' Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by the Contractor by withholding the appropriate amounts from each payment estimate. Shop drawing and submittal items that have been installed in the work but have not been approved through the review process shall be removed and an approved product shall be furnished, all at the Contractor's expense. ' The Contractor shall review each submittal and provide approval in writing or by stamping with a statement indicating that the submittal has been approved and the Contractor has verified dimensional information, confirmed ' that specified criteria has been met, and acknowledges that the product, method, or information will function as intended. 1-06.7(2) Required Information (Additional Section) Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 3 H:\DIVISION.S\UTILITIES\DOCS\2000-344.doGDWC/tb Submit five copies of each submittal to the Engineer. Shop drawings and ' submittals shall be submitted on 8'/z"x11", 11"x17", or 22"x34" sheets and shall contain the following information: 1. Project , 2. Contractor 3. Engineer 4. Owner 5. Applicable specification and drawings reference. 6. A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. ' 7. A place for the Engineer to place a 3 inch by 4 inch review stamp. 8. Shop or equipment drawings, dimensions, and weights ' 9. Catalog information 10. Manufacturer's specifications 11. Special handling instructions i 12. Maintenance requirements 13. Wiring and control diagrams 14. List of contract exceptions 15. Other information as required by the Engineer ' 1-06.7(3) Review Schedule (Additional Section) Shop drawings and submittals will be reviewed as promptly as possible, and ' transmitted to Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by the need for resubmittal may not be a basis for , an extension of contract time or delay damages at the discretion of the Owner. At least one set of shop drawings will be returned to the Contractor after review. Additional sets will be returned to the Contractor, if remaining. 1-06.7(4) Substitutions (Additional Section) , Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. 1-06.7(4)A After Contract Execution (Additional Section) ' Within 30 days after the date of the contract, Owner will consider formal requests from Contractor for substitution of products in place of those specified. Submit two copies of request for substitution. Data shall include ' the necessary change in construction methods, including a detailed description of proposed method and related drawings illustrating methods. An itemized comparison of proposed substitution with product or method specified shall be provided. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 4 ' H:\DIVISION.S\UTILITIES\DOCS\2000-344.dodDWC/tb ' In making a request for substitution, Contractor represents that he has personally investigated proposed product or method and has determined that it is equal or superior to, in all respects, the product specified. Contractor shall coordinate installation of accepted substitutions into the work, making changes that may be required for work to be completed. Contractor waives all claims for additional costs related to substitutions which consequently becomes apparent. 1-06.7(5) Submittal Requirements (Additional Section) The following submittal items shall be provided to the Engineer by the Contractor. Additional submittal information shall be provided to the Engineer by the Contractor if required by the Engineer. 1-06.7(4) Substitutions 5-04.2 Asphalt Concrete Pavement Materials 7-04.2 Storm Sewer Pipe Materials 7-05.2 Manhole and Catch Basin Materials 7-08.3(1)B Shoring 7-17.2 Sanitary Sewer Pipe Materials 7-17.3(1)B Pipe Bedding 7-17.3(1)C Pipe Foundation 7-17.3(1)D Trench Dewatering Plan 7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches 9-30.1(6) Restrained Joint Pipe and Fittings 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause (Addition) 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. Lake Washington Blvd/Bumett Ave N Storm System Project-Special Provisions Page 5 H:\DIVISION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb 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. 1-07.2(1) State Sales Tax ' Add the following to Section 1-07.2(1): The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect state sales tax from the City of Renton. Payment of sales tax to the Washington State Department of Revenue is, under this , contract, required to be made by the Contractor. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Renton and for the City of Renton. ' 1-07.5 Wildlife, Fisheries, and Ecology Regulations (addition) The Contractor shall comply with all construction related provisions of the HPA, Short-Term Water Quality Exceedence permit, and other permits obtained by the City. The Contractor shall be responsible for making any changes required by the agencies, and ' payment of any fines, for violation of any construction related permit provisions. The City will not make additional compensation for any changes or fines due to the Contractor's ' violation of construction provisions. 1-07.13 Contractors Responsibility for Work ' 1-07.13(1) General , Add the following: Whether or not there appears here or elsewhere herein specific reference to guarantees of ' all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against mechanical, structural, or other defects for which the Contractor is responsible that may develop or become evident within a period of one year from and after acceptance of the work by the Owner. Such guarantees shall include care of backfilling of ditches or at structures should the fill settle to such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition or grade. This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice ' of their existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. ' Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 6 H:\DI VIS ION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb t1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, and rockeries within the work area shall be removed and restored to the satisfaction of the ' property owner. It shall be the Contractor's responsibility to notify each property owner when it is necessary to remove such improvements to facilitate the Contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original condition as possible. All lawn within the area to be disturbed by the Contractor's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored, after trench is back-filled and compacted. Restoration shall consist of placing 4" compacted topsoil, hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed, fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks. The water shall be of such duration as to soak the seeded areas thoroughly and promote good root growth. ' Such removal and restoration shall be considered incidental to the bid item "Restoration", per lump sum and no further compensation will be made. ' 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from movement or damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then replaced by the Contractor. The Contractor shall coordinate work with the City Engineer and City staff to reference the markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) The Contractor shall maintain the operational service of water distribution mains, and storm drainage mains at all times. Upon approval by the Engineer, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed ' to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. Where services are to be shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in advance of the time and period of shut-down. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. 1-07.16(6) Restoration of Property (New Section) ' The Contractor shall protect property in the vicinity of the work site and in instances of destruction or damage, restore the item to pre-construction condition at the Contractor's expense. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 7 H:\DIV ISION.S\UTILITI ES\DOCS\2000-344.doc/DWC/tb 1-07.17 Utilities and Similar Facilities ' Section 1-07.17 of the APWA Division I General Requirements is supplemented by the following: The locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other ' verification. It shall be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by his work under this contract. The Owner assumes no responsibility for improper locations or failure to show ' utility locations on the construction plans. The Contractor shall pothole all existing utilities in advance of pipe installation to verify that the required vertical and horizontal clearances exist. Any adjustment to pipe location and elevation must be approved by the Engineer prior to installation. The Contractor shall check with the utility companies concerning any possible conflict prior ' to commencing excavation in any area, as not all utilities may be shown or correctly located on the Plans. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, ' of their facilities within the project limits. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the contract. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to ' underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are provided below: ' RCW 19.122 UNDERGROUND UTILITIES ' 19.122.010 Intent It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety from interruption ' in utility services caused by damage to existing underground utility facilities (1984 c 144 1.) 19.122.020 Definitions ' Unless the context clearly requires otherwise, the definitions in this section apply through out this chapter. A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. ' B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground ' protective coating, housing, or other protective device, or the severance, partial or Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 8 ' H-\DIVIS ION. \UTI LIT[ES\DOCS\2000-344.doGDWC/tb complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. ' C. "Emergency" means any condition constituting a clear and present danger to life or property, or a customer service outage. D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in depth for agricultural purposes, or road and ditch ' maintenance that does not change the original road grade or ditch flow line. E. "Excavator" means any person who engages directly in excavation. F. "Identified facility" means any underground facility which is indicated in the project Plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. ' H. "Locatable underground facility" means an underground facility which can be field- marked with reasonable accuracy. I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include ' identification letters indicating the specific type of the underground facility. J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "Underground facility" means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications, cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. (1984 c 144 2.) ' 19.122.030 Notice of excavation to owners of underground facilities - One-number locator service - Time for notice - Marking of underground facilities - Costs ' Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one-number locator service. All owners of underground facilities within a one-number locator service Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 9 H:\DIVISION.S\UTILITI ES\DOCS\2000-344.docJDWC/tb area shall subscribe to the service. One number locator service rates for cable television ' companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of , underground facilities known to or suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation, unless otherwise agreed by the parties. Upon receipt of the notice provided for in this section, the owner of the underground facility ' shall provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable underground facilities, the owner of such facilities shall provide the ' excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall have the right to , receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. The Owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the ' excavation from the excavator. An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this section. If the excavator, while performing the contract, discovers underground facilities which are not identified, the excavator shall cease excavating in the vicinity of the facility and ' immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c 144 3.) 19.122.040 Underground facilities identified in bid or contract - Excavator's duty of reasonable care - Liability for damages -Attomey's Fees. A. Project owners shall indicate in bid or contract documents the existence of , underground facilities known by the project owner to be located within the proposed area of excavation. The following shall be deemed changed or differing site ' conditions.- Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 10 ' H:\DIVISION.S\UTILITIES\DOCS\2000-344.doGDWC/tb ' 1. An underground facility not identified as required by this chapter or other provision of law; and 2. An underground facility not located, as required by this chapter or other provision of law, by the project owner or excavator if the project owner or ' excavator is also a utility. B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator shall: ' 1. Determine the precise location of underground facilities which have been marked; 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and t3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter, the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against tpublic policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing site conditions. D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.05 Damage to underground facility - No notification by excavator - Repairs or relocation of facility A. An excavator who, in the course of excavation, contacts or damages an underground facility shall notify the utility owning or operating such facility and the ' one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety agencies and take all appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. (198 c 144 5). 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private non-commercial property shall be exempt from the requirements of RCW 19.122.030, if the excavation is Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 11 H:\DIVISION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb being performed by the person or an employee of the person who owns or occupies the ' property on which the excavation is being performed. (1984 c 144 6.) 19.122.070 Civil penalties -Treble damages - Existing remedies not affected A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one ' thousand dollars for each violation. All penalties recovered in such actions shall be deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground ' facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. ' C. The chapter does not affect any civil remedies for personal injury or for property damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) 19.122.080 Waiver of notification and marking requirements ' The notification and marking provisions of this chapter may be waived for one or more designated persons by an underground facility owner with respect to all or part of that ' underground facility owner's own underground facilities (1984 c 144 9.) 19.122.900 Severability - 1984 c 144 If any provisions of this act or its application to any person or circumstance is held invalid, the remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) 1-07.18(1) General (Revised) ' The Owner shall be given 45 days prior written notice by certified mail of any cancellation, reduction or modification of the insurance. 1-07.18(3) Limits (Addition) The limits of liability for the insurance required shall provide coverage for not less than the ' following amounts or greater where required by Laws and Regulations: A. Workers compensation: (under limits of liability stated on the City of Renton Insurance Information for enclosed within Attachment A). B. Comprehensive General Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A). Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 12 ' H:\DIVISION.S\UTILITIES\DOCS\2000-344.doGDWCttb ' Policies shall include premises/operations, products, completed operations, independent Contractors, Owners and Contractors protective, Explosion, Collapse, Underground Hazard, Broad for Contractual, Person Injury with employment ' exclusion deleted, and Broad Form Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A) including Owned, Hired, and Non owned Vehicles: ' D. The Contractor will be required as part of the insurance provided to complete and submit the attached City of Renton Insurance Information form, and Policy Declaration pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. Policies shall also specify insurance provided by Contractor will be considered primary and not contributory to any other insurance available to the Owner or the Engineer. ' All policies shall provide for 45 days written notice prior to any cancellation or non- renewable of insurance policies required under Contract. 'Will endeavor" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the ' Company, its agents or representatives" wording will be deleted from certificates. Policies shall be provided only by companies with an "Alfred M. Best Rating" of not less than Al2. 1-07.18(4) Endorsement (Addition) iThe Contractor shall also name the Owner and Engineer, and their officers, directors, agents, and employees as "additional insureds" under the insurance policies. Subsequent to award of the contract the Contractor shall submit to the Owner the following: A. City of Renton Insurance Information in the form Attachment A herein without modification and policy declaration pages obtained from the insurance carrier. B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled out and appropriately executed: C. Insurance Endorsement (enclosed within Attachment A herein) executed by an appropriate representative of the insurance company(ies). i Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions ' Page 13 H:\DIVISION.S\UTILITIES\DOCS\2000-344.doc1DWC/tb 1-08 PROSECUTION AND PROGRESS ' 1-08.1(3) Hours of Work (Addition) ' 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 City. The Contractor may request in writing permission to start before 7:00 a.m. Approval for work before 7:00 a.m. may be revoked at any time by the Engineer if noise complaints are received by the City. Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets. ' The Contractor shall give a minimum 48 hours notice to the City 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. 1-08.5 Time for Completion (Additional Section) ' The Contractor shall complete all work within the working days specified in this section and within the Contract Document. Failure to complete the work prior to this date shall be grounds for implementation of liquidated damages in accordance with section 1-08.9 and may require termination of contract in accordance with section 1-08.10. 1-08.13 Compensation for Overtime Work (New Section) ' Add the following section: The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering and inspection work incurred by the Owner for overtime work associated with the project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s) of time because of avoidable delay. ' The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual ' hours of labor performed beyond a forty-hour work week, or beyond the scheduled date of completion. i 1-09 MEASUREMENT AND PAYMENT nt for Material on Hand Addition ' 1 09.8 Payment (Addition) Section 1-09.8 of the Standard Specifications is supplemented with the following: ' Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 14 H:\DIV]S[ON.S\UTILITIESOOCS\2000-344.doc/DWC/tb ' ' The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. Estimates of quantities of materials furnished by the Engineer are understood to be approximate only and, unless otherwise specified, the City will in no way be responsible for any increased costs or extra expense that the Contractor may have to bear on account of materials or work not being ordered at some earlier date. Payment for "Material on Hand" will be made only when considered desirable and t appropriate by the City. The City reserves the right to make the final determination as to whether payment will be made for "Material on Hand." ' 1-09.9 Payments Supplement this section with the following: ' "Basis of Payment." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the City covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Contractor's proposal for the work actually performed as determined by the final estimate of the Engineer, less any deductions for failure to complete the work within the time specified; and less any deductions for claims and damages paid by the City due to acts or omissions of the Contractor and for which he is liable under this Contract. Items or work clearly indicated in the Plans or in the Specifications as work under this Contract but for which an item has not been set forth in the proposal shall be included in other items of work. Failure to do so will not relieve the Contractor of his responsibility to perform the work indicated and no other compensation will be allowed. 1-09.9(2) Ret:ainage Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the following: Upon completion of the project the retainage shall be returned to the Contractor when all of the following are satisfied: 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing ' Wages." 2. Following the acceptance of the project, the Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, an ' "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements have been met. 3. The Contractor shall submit a "Request to Release" to the Department of Labor and Industries. That agency provides the form. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions ' Page 15 H:\DIVISION.S\UTILITIES\DOCS\2000-344.dodDWC/tb 4. At least 30 days have elapsed since final acceptance of the project by the City of ' Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a "Release" for the project form the Department of Labor and Industries and a "Release" from the Department of Revenue. 6. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. 1-09.14 Payment Schedule (New Section) ' GENERAL - Scope ' A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and ' incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public regulations of public agencies having jurisdiction, including Safety and Health Administration of the US Department of Labor (OSHA). B. The Owner shall not pay for material quantities which exceed the actual measured amount used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction, in an accepted operating ' condition, of each item. Work and material not specifically listed in the proposal but required in the plans, specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these Incidental items. 1-09.14(1) Basic Bid (New Section) This section is an outline of the basic bid items which determine the low bidder for this project. Bid Item 1: Mobilization (LS) ' Mobilization includes the complete cost of furnishing and installing, complete and in-place all work and materials necessary to move equipment and personnel to the job site, provide ' and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction. ' Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 16 ' H:\DIVISION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb ' The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and residential access. The Contractor shall prepare a Work Plan which shall include the following: A. Proposed construction sequence and schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Erosion Control Plan for all stages of the project. D. Traffic Control Plan. ' E. A plan to provide for cleaning and sweeping of any impacted roadways. The Work Plan shall be submitted to the City for review, revision, and approval within 10 days of the contract award. Final cleanup, dressing, and trimming the project area after construction, and removing all personnel and equipment off the site is included in the Restoration bid item. Payment for Mobilization will be made at the lump sum amount bid, which payment will be considered complete compensation for all materials, equipment, and labor required to ' complete this item of work in accordance with the Contract Documents. No more than 90% of this item will be paid prior to the final payment. ' Bid Item 2: Construction Surveying, Staking and As-Builts (LS) Construction surveying, staking, and as-built notes and information shall be supplied by the ' Contractor as provided in Supplemental Specifications 1-05.5(4) and 1-05.5(5). All survey work shall be done under the direct supervision of a surveyor licensed by the State of Washington, and in accordance with the City of Renton Surveying Standards. ' The Contractor's surveyor shall provide the City with field books, as-built notes, prints with the existing utilities encountered and as-built locations, and surveyor's seal and signature ' per Supplemental Specification 1-05.5(5). The surveyor shall provide the as-built stamp and signature on the City mylar plan sheets, after the City adds the as-built information. The City will provide base grade plan sheets for the surveyor's use. Payment for Construction Surveying, Staking and As-Builts will be made at the lump sum amount bid, which payment will be considered complete compensation for all materials, equipment, labor, as-built information, and licensed surveyors seal and signature required to complete this item of work in accordance with the Contract Documents. t Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 17 H:\DI V ISION.S\UTILITIES\DOCS\2000-344.docJDWCttb Bid Item 3: Traffic Control (LS) , The Contractor shall prepare a Traffic Control Plan for review and approval by the City. The plan shall address the proposed working areas, signage, flaggers, contractor access to the working area, truck and equipment haul routes, and public access during construction. The Contractor is responsible for controlling mud and dust on any route used by trucks or ' equipment, as noted in Supplemental Specifications Section 1-07.23. The Contractor shall be prepared to use power sweepers, watering trucks, and other means necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately. No additional payment will be made for this work. Payment for Traffic Control will be made at a lump sum amount bid, which payment will be considered complete compensation for all labor, equipment, and material required for Traffic Control as detailed in Supplemental Specifications Section 1-07.23 and Standard Specifications Section 1-07.23. Bid Item 4: Erosion Control (LS) Work for this section includes planning, installing, maintaining, and removing temporary ' erosion control for the project. Erosion control consists of all activities needed to prevent soil erosion on the project site, creation of sediment laden water, and migration of sediment laden water into the City drainage system, other water courses, or private property. Erosion control includes catch basin protection, filter fabric fences, hay bales, placement of ' plastic sheets over exposed soil and stockpiles, seeding, mulching, netting, cleaning catch basins, temporary sediment ponds, etc., and any other activities needed to control erosion from the project. The surface water control requirements of King County shall apply and the King County, Washington, Surface Water Design Manual shall be used for sizing of all facilities. A filter fabric fence shall be placed in the unused N 34th St ROW between the construction area and the private residences to the east and west, and Lake Washington Blvd. The Contractor shall develop a "red lined" erosion control plan and submit it to the City for t review and approval. The plan shall be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments , necessary to reduce or eliminate any erosion and discharge of sediment-laden water. Payment for Erosion Control will be made at the lump sum amount bid, which payment will , be considered complete compensation for all design, labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 18 ' H:\DIVISION.S\UTILITIES\DOCS\2000-344.doGDWC/tb Bid Item 5: Trench Shoring and Excavation Safety Systems (LS) ' The Contractor is responsible for providing adequate shoring and support for all excavations to provide safe access for workers, prevent soil stuffing, soil loss, damage to pavement, structures, utilities, and ground adjacent to the excavation. Trench Shoring and Excavation Safety System shall comply with WAC 296-155 Part N, Standard Specifications Section 2-09.3(3), and all other applicable State and Federal regulations. The Contractor shall submit a Shoring Plan to the City showing how shoring will be accomplished and detailing the techniques and equipment that will be used. Shoring shall be capable of supporting all earthloads and traffic loads. This bid item shall apply to all excavations needed for the project. ' Payment for Trench Shoring and Excavation Safety Systems will be made at the lump sum bid price, which payment will be considered complete compensation for all materials, equipment, and labor required to complete this item of work in accordance with the Contract Documents. Bid Item 6: 24-inch CPEP Stormwater Pipe (LF) This item includes the complete cost to furnish and install the 24-inch CPEP stormwater ' pipe. CPEP stormwater pipe shall meet the specifications detailed in Special Provisions Section 9-05.19 and Standard Specification 9-05.20. Watertight joints shall be used. Pipe bedding shall be Bedding Material For Thermoplastic Pipe per Standard Specifications 9-03.16. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The ' contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. ' Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent ' compaction when placed. Payment for excavated soil backfill shall be included in the unit price. Excess excavated material will be disposed of offsite. This includes all soil, asphalt, ' concrete, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit bid price. ' Imported backfill will be used only if native material is unsuitable for use as backfill, and after approval by the City. Payment for imported backfill will be under a separate bid item. Measurement of 24" diameter Corrugated Polyethylene Pipe (CPEP) will be based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings and from center to center of catch basins. ' Payment for Furnish and Install 24-inch CPEP Storm Pipe ofthe type and class shown will be made at the linear foot bid price, which payment will be complete compensation for all Lake Washington Blvd/Bumett Ave N Storm System Project-Special Provisions ' Page 19 H:\DIVISION.S\UTILITIES\DOCS\2000.344.doGDWCftb labor, materials, equipment, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, ' water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and temporary bypass of all storm system flows during construction etc, required for complete installation, and to complete the work in accordance with the Contract Documents. Bid Item 7: 18-inch CPEP Stormwater Pipe (LF) This item includes the complete cost to furnish and install the 18-inch CPEP stormwater pipe. CPEP stormwater pipe shall meet the specifications detailed in Special Provisions ' Section 9-05.19 and Standard Specification 9-05.20. Watertight joints shall be used. Pipe bedding shall be Bedding Material For Thermoplastic Pipe per Standard Specifications 9-03.16. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size , shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent compaction when placed. Payment for excavated soil backfill shall be included in the unit price. Excess excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of excess excavated ' material shall be included in the unit bid price. Imported backfill will be used only if native material is unsuitable for use as backfill, and , after approval by the City. Payment for imported backfill will be under a separate bid item. Measurement of 18" diameter Corrugated Polyethylene Pipe (CPEP) will be based on lineal ' footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings and from center to center of catch basins. Payment for Furnish and Install 18-inch CPEP Storm Pipe ofthe type and class shown will ' be made at the linear foot bid price, which payment will be complete compensation for all labor, materials, equipment, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole ' connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and temporary bypass of all storm system flows during construction etc. required for complete installation, and to complete the work in accordance with the Contract Documents. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 20 ' H:\DIVISIONS\UTILITIES\DOCS\2000-344.doGDWC/tb Bid Item 8: 12-inch CPEP Stormwater Pipe (LF) This item includes the complete cost to fumish and install the 12-inch CPEP stormwater pipe. CPEP stormwater pipe shall meet the specifications detailed in Special Provisions Section 9-05.19 and Standard Specification 9-05.20. Watertight joints shall be used. Pipe bedding shall be Bedding Material For Thermoplastic Pipe per Standard Specifications 9-03.16. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The ' contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent ' compaction when placed. Payment for excavated soil backfill shall be included in the unit price. ' Excess excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit bid price. ' Imported backfill will be used only if native material is unsuitable for use as backfill, and after approval by the City. Payment for imported backfill will be under a separate bid item. Measurement of Corrugated Polyethylene Pipe (CPEP) will be based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings and from center to center of catch basins. Payment for Furnish and Install 12-inch CPEP Storm Pipe of the type and class shown will be made at the linear foot bid price, which payment will be complete compensation for all ' labor, materials, equipment, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and temporary bypass of all storm system flows during construction etc. required for complete installation, and to complete the work in accordance with the Contract Documents. ' Bid Item 9: 24-inch OD HDPE Stormwater Pipe (LF) This item includes the complete cost to furnish and install the 24-inch OD SDR 26 HDPE stormwater pipe. All HDPE pipe shall be cut, fabricated, and installed in strict conformance ' with the pipe manufacturers recommendations. Fusing and laying of HDPE pipe shall be accomplished by personnel experienced in working with HDPE pipe. ' High Density Polyethylene Pipe shall be made from high density PE 3408 polyethylene pipe grade resin. The resin, pipe, and fittings shall comply with ASTM F714 (Pipe), PPI - PE3408 Designation, ASTM D 3261 (Fittings), and Cell Classification ASTM D 3350 - Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 21 H:\DIVISION.S\UTILITIES\DOCS\2000-344.dodDWC/tb 345444C. The pipe material shall be virgin quality and contain a minimum of 2 percent well- dispersed carbon black. The pipe shall be marked at 20-foot intervals with a coded number which identifies the manufacturer, size, SDR, PP rating, manufacturing standard reference and production code from which the date and place of manufacturer can be determined. The pipe shall be homogeneous throughout and free of visible cracks, flaws, holes, foreign intrusions or other injurious defects. It shall be uniform In color, opacity, density, and other physical properties. HDPE pipe shall be joined by the method of thermal butt-fusion as outlined in ASTM D2657 ' "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 shall be performed by an experienced technician, certified in the joining of HDPE 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 fusion. Pipe bedding shall be Bedding Material For Thermoplastic Pipe per Standard Specifications 9-03.16. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. , Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent compaction when placed. Payment for excavated soil backfill shall be included in the unit price. Excess excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of excess excavated ' material shall be included in the unit bid price. Imported backfill will be used only if native material is unsuitable for use as backfill, and after approval by the City. Payment for imported backfill will be under a separate bid item. Measurement of 24" OD HDPE Storm Pipe will be based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings , and from center to center of catch basins. Payment for Furnish and Install 24-inch OD HDPE Storm Pipe ofthe type and class shown ' will be made at the linear foot bid price, which payment will be complete compensation for all labor, materials, equipment, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole , connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and temporary bypass of all storm system flows during construction etc. , required for complete installation, and to complete the work in accordance with the Contract Documents. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 22 H:\DIVISION.S\UTI CITIES\DOCS\2000-344.doGDWC/tb Bid Item 10: Furnish and Install HDPE Fittings, Pipe, For CB# 3 (LS) This item includes the complete cost to furnish and install the 24-inch OD SDR 26 HDPE ' stormwater pipe, fittings, flanges, and all associated material needed to connect the HDPE pipe to CB # 3, as shown in the Detail Drawing on Plan Sheet 3, and as determined in the ' field. This item also included the fittings to connect the pipe to CB#4. All HDPE pipe shall be cut, fabricated, and installed in strict conformance with the pipe manufacturers recommendations. Fusing and laying of HDPE pipe shall be accomplished by personnel experienced in working with HDPE pipe. Product specifications and requirements are contained in the bid item for the 24-inch OD HDPE Pipe. All elbows, flanges, and fittings shall be fabricated by the manufacturer. Flanged connections shall consist of a polyethylene molded flange adapter, butt-fused to the pipe, and a ductile iron or galvanized metal backup flange with bolts. The backup flange shall be forged steel, ATSM 181, Grade 1, slip-on type. Hardware shall be carbon steel, ' ASTM A 307, Grade A, hex head nuts and bolts. All hardware shall be galvanized. This item includes a placing controlled density fill (CDF) below the 45-degree elbow. The CDF shall come up to the mid-point of the pipe at that location. CDF shall be Class B and ' shall meet the specification in Special Provision Section 9-03.22 Controlled Density Fill Pipe bedding shall be Bedding Material For Thermoplastic Pipe per Standard Specifications 9-03.16. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The contractor shall ensure proper placement and compaction of pipe bedding under the pipe ' haunches. Payment for bedding material shall be included in the unit price. Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent compaction when placed. Payment for excavated soil backfill shall be included in the unit ' price. Excess excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit bid price. Imported backfill will be used only if native material is unsuitable for use as backfill, and after approval by the City. Payment for imported backfill will be under a separate bid item. ' Payment for Furnish and Install HDPE Fittings, Pipe For CB# 3 will be made at the lump sum bid price, which payment will be complete compensation for all labor, materials, equipment, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and Lake Washington Blvd 1 Burnett Ave N Storm System Project-Special Provisions Page 23 H:\DIVISION S\UTILITIES\DOCS\2000-344.doc/DWCltb temporary bypass of all storm system flows during construction etc. required for complete ' installation, and to complete the work in accordance with the Contract Documents. Bid Item 11: 18-inch DI Stormwater Pipe (LF) This item includes the complete cost to furnish and install the 18-inch DI stormwater pipe. ' This item includes all elbows and fittings needed for the pipe. DI pipe shall meet the specifications detailed in Standard Specifications Section 9-05.13. The ductile iron pipe shall be Class 51. ' Pipe bedding shall be Bedding Material For Rigid Pipe per Standard Specifications 9-03.15. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The contractor ' shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent , compaction when placed. Payment for excavated soil backfill shall be included in the unit price. Excess excavated material will be disposed of offsite. This includes all soil, asphalt, , concrete, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit bid price. Imported backfill will be used only if native material is unsuitable for use as backfill, and after approval by the City. Payment for imported backfill will be under a separate bid item. Measurement of DI Storm Pipe will be based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings and from ' center to center of catch basins. Payment for Furnish and Install 18-inch DI Storm Pipe ofthe type and class shown will be made at the linear foot bid price, which payment will be complete compensation for all labor, ' materials, equipment, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal ' of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and temporary bypass of all storm system flows during construction etc. required for complete installation, and to complete the work in accordance with the Contract Documents. ' Bid Item 8: 12-inch DI Stormwater Pipe (LF) ' This item includes the complete cost to furnish and install the 12-inch DI stormwater pipe. This item includes all elbows and fittings needed for the pipe. DI pipe shall meet the specifications detailed in Standard Specifications Section 9-05.13. The ductile iron pipe shall be Class 51. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 24 H:0IVISION-S\UTILITIES\DOCS\2000-344.doc/DWCttb ' r Pipe bedding shall be Bedding Material For Rigid Pipe per Standard Specifications 9-03.15. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be Included in the unit price. ' Excavated soil shall be used as backfill for the project if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent Lcompaction when placed. Payment for excavated soil backfill shall be included in the unit price. Excess excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit bid price. Imported backfill will be used only if native material is unsuitable for use as backfill, and after approval by the City. Payment for imported backfill will be under a separate bid item. Measurement of DI Storm Pipe will be based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings and from center to center of catch basins. Payment for Furnish and Install 12-inch DI Storm Pipe ofthe type and class shown will be made at the linear foot bid price, which payment will be complete compensation for all labor, ' materials, equipment, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and temporary bypass of all storm system flows during construction etc. required for complete installation, and to complete the work in accordance with the Contract Documents. Bid Item 13: Furnish and Install Gravel Trench Backfill (Ton) This item will be used only when material from trench and structural excavations is unsuitable for use as backfill, and the use of imported backfill is approved by the Engineer. If the existing material is suitable for trench backfill the quantity for this item may be zero or ' a minor amount. Imported backfill shall meet Standard Specifications Section 9-03.19. No payment shall be made for costs due to over-excavation and subsequent backfill, unless the inspector determines that the over-excavation could not be avoided. Over-excavation is defined as trenching outside the maximum trench or excavation width. Unsuitable excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of unsuitable excavated material shall be included in the unit bid price. Measurement for gravel trench backfill will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions ' Page 25 H:\Df VIS IONS\UTILITIES\DOCS\2000-344.doGDWC/tb provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. , Payment for Gravel Trench Backfill will be made at the unit price bid per ton, which payment will be complete compensation for all labor, materials, equipment, select imported back-fill material, haul, placement, compaction, compaction testing, etc. required to complete this ' item of work in accordance with the Contract Documents. Bid Item 14: Furnish and Install Quarry Spalls (ton) ' This item will be used when the bottom of excavations and trenches does not present a , stable surface for placement and compaction of backfill or pipe bedding. Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken concrete shall not be used. Quarry spalls shall conform to the requirements of Standard Specifications Sections 9-13 and 9-13.6. ' This item will also be used for all quarry spalls placed at the ends of ditches Unsuitable excavated material will be disposed of offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of unsuitable excavated material shall be included in the unit bid price. Measurement for furnishing and placing quarry spalls will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is ' included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. ' Payment for Furnish and Install Quarry Spalls will be made at the unit price bid per ton, which payment will be considered complete compensation for all labor, equipment and ' materials required to complete this item of work in accordance with the Contract Documents. Bid Item 15: Furnish and Install CB Type 2, 48 Inch (EA) ' This item shall cover the complete cost to install new Type 2 Catch Basins. The price includes all labor, materials, equipment, concrete base, precast concrete catch basin ' sections, catch basin frame, grate or lid, appurtenances, adjustment, connections to existing systems, excavation, native material replacement and compaction, hauling and proper disposal of excess and unsuitable materials, bedding, and all other items and work , necessary to complete this item of work. Catch Basin Type 2 shall be per City of Renton Standard Detail B 027. Payment for Furnish and Install CB Type 2 will be made at the per each unit bid price which payment will be considered complete compensation for all labor, equipment and materials , required to complete this item of work in accordance with the Contract Documents. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 26 , H:\DIVIS ION.S\UTILITIES\DOCS\2000-344.doGDWC/tb ' Bid Item 16: Furnish and Install CB Type 1 (EA) ' This item shall cover the complete cost to install new Type 1 Catch Basins. The price includes all labor, materials, equipment, concrete base, precast concrete catch basin sections, catch basin frame, grate or lid, appurtenances, adjustment, connections to existing systems, excavation, native material replacement and compaction, hauling and proper disposal of excess and unsuitable materials, bedding, and all other items and work necessary to complete this item of work. ' Catch Basin Type 1 shall be per City of Renton Standard Detail B 012. Payment for Furnish and Install CB Type 1 will be made at the per each unit bid price which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. ' Bid Item 17: Furnish and Install CB Type I (EA) This item shall cover the complete cost to install new Type 1 L Catch Basins. The price includes all labor, materials, equipment, concrete base, precast concrete catch basin sections, catch basin frame, grate or lid, appurtenances, adjustment, connections to existing systems, excavation, native material replacement and compaction, hauling and proper ' disposal of excess and unsuitable materials, bedding, and all other items and work necessary to complete this item of work. ' Catch Basin Type 1 L shall be per City of Renton Standard Detail B 014. Payment for Furnish and Install CB Type 1 L will be made at the per each unit bid price which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. ' Bid Item 18: Deflect Ex. 12" SD Into CB# 3 (LS) This item shall cover the complete cost to connect the existing 12-inch storm system to the new Type 2 catch basin in Lake Washington Blvd. The price includes excavation, protecting the CB, any temporary bypass needed to accomplish the connection, core ' drilling, joints and gaskets, additional pipe sections to match the existing pipe, backfilling, and all other items and work necessary for a complete connection. ' Connection shall be per Standard Specification Section 7-05.3(3). Any damage to the manhole or storm pipe resulting from the Contractor's operation shall be repaired at no expense to the City. Payment for Deflect Ex. 12" SD Into CB# 3 will be made at the Lump Sum price bid, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 27 H:\DIVISIONS\UTILITIES\DOCS\2000-344.dodDWC/tb Bid Item 19• Furnish and Install Modular Block Wall (SF) , Description This item shall cover the complete cost to construct modular unit wall systems at the locations shown in the plans or directed by the Engineer. The modular unit wall system consists of manufactured interlocking concrete masonry units set on leveled base of ' crushed surfacing. The price includes all labor, materials, equipment, excavation, native material replacement ' and compaction, hauling and proper disposal of excess and unsuitable materials, bedding, and all other items and work necessary to complete this item of work. The cost for Geogrid is included in this bid item. , The cost for Crushed Surface Base Course will be paid for under the Crushed Gravel ' Surfacing bid item. Materials ' The Modular concrete wall units, cap units, interlock pins, and masonry adhesives shall be provided by a single Manufacturer and shall be completely compatible for installation and ' architecturally appealing. The system units shall be produced by Keystone Retaining Wall Systems, or by an approved equal. The system shall have interlocking pins for mechanical connection and alignment. The system shall be suitable for installation at 1-1/4" setback ' with geogrid tensile reinforcement. The Contractor shall review the design and material with the Manufacturer or ' Manufacturer's representative, and submit Manufacturer's Catalog Cuts and Installation Instructions to the Engineer for approval prior to delivery. Face Unit s Keystone Standard 105 lb Straight Split Face, Straight Side, Sand Color ' Cap Units Keystone 4" Cap Straight Split Face, Straight Side, Sand Color , Geogrid Acceptable materials are: Miragrid 5T by Mirafi, or , UX0140 orUX1400 by Tensar, or Stratagrid 300 by Strata Systems ' Leveling Base Crushed Surfacing Base Course Unit Core Fill Crushed Surfacing Base Course , Interlock Keystone Fiberglass pins Adhesive Keystone Kapseal Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 28 H:\DIVISION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb ' The Use of"Compact" Face Units (85 lb) will not be allowed. ' Construction Requirements The Contractor shall excavate in accordance with Standard Specification Section 2-09 to place the leveling pad base. The leveling pad base shall be compacted to 95% of maximum density. The modular units shall be installed in accordance with the ' Manufacturer's Installation Instructions. Measurement "Modular Block Wall" per square foot will be measured at the completed wall face, including units installed below ground level. Payment Payment for Modular Block Wall will be made at the per square foot unit bid price which ' payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 20: Furnish and Install Debris Barrier and Ditch (EA) This item shall cover the complete cost to install a new Debris Barrier and Quarry Spall lined ditch. Debris Barrier and Ditch shall be per the Detail Drawing on the plan sheet and in the bid specifications. ' All metal parts shall be corrosion resistant steel, galvanized. Quarry Spalls use for the ditch will be paid for under the Quarry Spall Bid Item The unit price includes all labor, materials, equipment, meal fittings, appurtenances, adjustment, connections to existing systems, excavation, native material replacement and compaction, hauling and proper disposal of excess and unsuitable materials, bedding, and all other items and work necessary to complete this item of work. ' Payment for Furnish and Install Debris Barrier and Ditch will be made at the per each unit bid price which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 21: Fill Ditches- Burnett Ave (LS) ' This item shall cover the complete cost to fill and grade existing ditches along Burnett Ave. N. Ditches shall be filled level with the surrounding ground, and sloped to drain. Excavated soil shall be used as backfill if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 29 H\DIVISIONS\UTILITIES\DOCS12000-344.doc/DWC/tb inches, and has a moisture content that will allow at least 90 percent compaction when ' placed. Payment for excavated soil backfill shall be included in the unit price. Unsuitable excavated material will be disposed of offsite. This includes all soil, asphalt, , concrete, and other excavated material. Payment to haul and dispose of unsuitable excavated material shall be included in the bid price. ' Gravel Trench Backfill may be used if excavated soil does not meet specifications, or Is not available for use. Imported backfill shall meet Standard Specifications Section 9-03.19. Any Gravel Trench Backfill used will be measured and paid as part of the Gravel Trench , Backfill bid item Payment for Fill Ditch will be made at the lump sum bid price which payment will be , considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 22• Remove Rocks, Fill Ditch, Sta. 4+40 Burnett Ave (LS) ' This item shall cover the complete cost to remove large rock and boulders, and fill and , grade the existing ditch at approx. Sta. 4+40, 40' RT Burnett Ave N. All rock and boulders in and around the ditch shall be removed to a depth of at least 2 feet ' below ground level. The ditch will be fill with excavated soil or Gravel Trench Backfill and graded level with the adjacent ground. A 6-inch layer of topsoil will be placed over the new fill. The area will be hydroseeded at the end of the project work. This item includes removing and grading the asphalt chute on the west side of Burnett Ave. The Contractor is responsible for protecting the existing rock wall along the west side of , Burnett Ave N. Any damage to the wall shall be restored by the Contractor at no additional cost to the City. Excavated soil shall be used as backfill for filling if it is a clean granular material meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent compaction when ' placed. Payment for excavated soil backfill shall be included in the unit price. Unsuitable excavated material will be disposed of offsite. This includes all large rock and , boulders, soil, asphalt, concrete, and other excavated material. Payment to haul and dispose of unsuitable excavated material shall be included in the bid price. Gravel Trench Backfill may be used if excavated soil does not meet specifications, or is not available for use. Imported backfill shall meet Standard Specifications Section 9-03.19. Any Gravel Trench Backfill used will be measured and paid as part of the Gravel Trench ' Backfill bid item Payment for Remove Rocks, Fill Ditch will be made at the lump sum bid price which , payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 30 H\DIVISION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb Bid Item 23: Remove and Dispose Existing Storm Manholes (EA) ' This item shall cover the complete cost to remove and dispose of existing Stormwater Manholes. Each manhole will be completely removed, including the base, and hauled offsite for disposal. The price includes all labor, materials, equipment, excavation, disconnection from the existing system, backfill material, placement and compaction, hauling, and proper disposal of the manhole, asphalt, and other excess and unsuitable materials, and all other items and work necessary to complete this item of work. Waste materials shall be disposed of at an approved and licensed site, or recycling facility, per Standard Specification Section 2-03.3(7)C Payment for Remove Existing Storm Manholes will be made at the per each unit bid price which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 24: Remove and Dispose Existing Catch Basin Type 1 (EA) This item shall cover the complete cost to remove and dispose of existing Catch Basin Type 1. Each manhole will be completely removed, including the base, and hauled offsite for ' disposal. The price includes all labor, materials, equipment, excavation, disconnection from the existing system, backfill material, placement and compaction, hauling, and proper disposal of the catch basin, asphalt, and other excess and unsuitable materials, and all ' other items and work necessary to complete this item of work. Waste materials shall be disposed of at an approved and licensed site, or recycling facility, per Standard Specification Section 2-03.3(7)C Payment for Remove Existing Catch Basin will be made at the unit bid price which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. ' Bid Item 25: Remove and Dispose of Existing Stormwater Pipe (LF) This item shall cover the complete cost to remove and dispose of existing Stormwater Pipe. ' The pipe at each area will be completely removed and hauled offsite for disposal. The price includes all labor, materials, equipment, excavation, disconnection from the existing system, backfill material, placement and compaction, hauling, and proper disposal of the pipe, asphalt, and other excess and unsuitable materials, and all other items and work necessary to complete this item of work. Waste materials shall be disposed of at an approved and licensed site, or recycling facility, ' per Standard Specification Section 2-03.3(7)C Import backfill will be paid under a separate bid item. Asphalt restoration will be paid under tseparate bid items. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 31 H:\DIVISIONS\UTILITIES\DOCS\2000-344.dodDWC/tb Payment for Remove Existing Stormwater Pipe will be made at the unit bid price which ' payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. , Bid Item 26: Remove and Dispose of Tree (LS) This item shall cover the complete cost to remove and dispose of an existing tree, ' approximately 28 inches in diameter, at about Sta. 2+50, 8'RT N 34th St. The tree will be cut down and the trunk, branches, stump, and associated debris will be , removed from the site. The stump and roots will be excavated and removed at least 2 feet below ground surface, and so they do not interfere with the installation of the new stormwater pipe. , Waste materials shall be disposed of at an approved and licensed site, or recycling facility, per Standard Specification Section 2-03.3(7)C ' The price includes all labor, materials, equipment, excavation, backfill material, placement and compaction, hauling, proper disposal of the debris, and all other items and work ' necessary to complete this item of work. Payment for Remove and Dispose of Tree will be made at the lump sum bid price which ' payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 27: Plug Existing Pipes (EA) ' This item shall cover the complete cost to plug existing stormwater pipes, water pipes, and other abandoned pipes that may be encountered. Existing pipes shall be plugged at the ends with commercial concrete, or a combination of bricks and waterproof mortar. Care shall be used in placing the concrete in the pipe to see that the opening of the pipe is completely filled and thoroughly plugged. The Contractor shall inform the City Water Maintenance Division before cutting into any , abandoned Water pipes. Payment for Plug Existing Pipe will be made at the unit bid price which payment will be considered complete compensation for all labor, equipment and materials required to ' complete this item of work in accordance with the Contract Documents. Bid Item 28: Lower Side Sewer (EA) This item will be used to lower any side sewers that may be encountered during ' construction of the new stormwater line. Side sewers shall be lowered to clear the new stormwater pipe by at least 6 inches vertically. Side sewer construction shall conform to City Details B 078 and B 079. Lowering side sewers may be accomplished by cutting the existing sewer pipe back to the property line and installing a vertical cleanout per B 079. The vertical cleanout shall be Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 32 H:\DIVISION.S\UTI LITIESIDOCS\2000-344.doc-JDWC/tb ' marked with a 2" x 4" stud from the cap to the ground surface. The side sewer shall be lowered to pass beneath the new stormwater line and reconnected to the existing side sewer beyond the stormwater line. In some cases the side sewer may be relocated above the stormwater line. In some cases it may be necessary excavate back to the sewer main and rebuild the side sewer from there. The minimum slope for the side sewer shall be at least 2 percent, unless approved otherwise. The vertical cleanout may be located away from the property line if private improvements make extension to the property line unfeasible. The exact construction method for lowering ' side sewers shall be reviewed with the City Inspector for approval prior to lowering. All pipe, fittings, and material used shall be approved by the City of Renton Wastewater ' Utility. Rubber or neoprene gaskets as specified by the manufacturer, shall be used on the joints. Pipe bedding shall be Bedding Material For Thermoplastic Pipe per Standard Specifications 9-03.16. Bedding Material shall be placed from a minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent maximum density. The contractor shall ensure proper placement and compaction of pipe bedding under the pipe haunches. Payment for bedding material shall be included in the unit price. Excavated soil shall be used as backfill for the project if it is a clean granular material ' meeting the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches, and has a moisture content that will allow at least 90 percent compaction when placed. Payment for excavated soil backfill shall be included in the unit price. Excess excavated material will be disposed of offsite. This includes all soil, asphalt, ' concrete, and other excavated material. Payment to haul and dispose of excess excavated material shall be included in the unit bid price. Gravel Trench Backfill may be used if excavated soil does not meet specifications, or is not available for use. Imported backfill shall meet Standard Specifications Section 9-03.19. Any Gravel Trench Backfill used will be measured and paid as part of the Gravel Trench ' Backfill bid item Payment for Lower Side Sewer will be made at the per each unit bid price, which payment will be complete compensation for all labor, materials, equipment, clearing and grubbing, excavation, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, and temporary bypass of all system flows during construction etc. required for complete installation, and to complete the work in accordance with the Contract Documents. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 33 ' H kDIVI SION.S\LITI LITI ES\DOCS\2000-344.doc/DWC/tb Bid Item 29: Pavement Saw Cutting (LF) This item shall cover the complete cost for final saw cutting of the existing pavement for the ACP trench patch. Measurement shall be per linear foot of saw cut. No payment will be made for saw cutting required due to overexcavation and/or undermining of the existing pavement along an area previously saw cut, or for pavement that may be thicker than estimated. ' Payment for Pavement Saw Cutting will be made at the unit bid price which payment will be considered complete compensation for all labor, equipment and materials required to , complete this item of work in accordance with the Contract Documents. Bid Item 30: Install ACP Trench Patch, Overlay, and Curbs (Ton) , This bid item shall be used for all preparation, placement and restoration costs associated with asphalt concrete pavement (ACP) work for trench patching and overlay. This item ' includes asphalt placement around catchbasins and construction of asphalt curbs. This item includes placement and removal of a temporary asphalt patch This item may also be used with City approval for other asphalt repair and restoration. All areas will be restored with a Typical Trench Patch per Standard Plan H032A or Lane Width Overlay H032, as shown on the plans. The ACP layer above the crushed surfacing , shall be 2-inches of class "B" asphalt. Lake Washington Blvd is classified as an arterial collector. A 6-inch layer of ACP shall be ' placed above the crushed surfacing on Lake Washington Blvd. The patch on Lake Washington Blvd shall encompass the entire width of the bike lane. The ends of the patch shall be cut perpendicular to the lane. ' ACP replacement and restoration shall meet the specification detailed in Special Provisions Section 5-04 and the Supplemental Specifications Section 5-04. Utility adjustment is , included in this bid item. No additional payment will be made to correct ACP not installed in accordance with the Specifications. Old asphalt, soil, and other excavated material will be disposed of offsite. Payment to , remove, haul, and dispose of old asphalt and other excavated material shall be included in the unit bid price. All patches and repairs will be joined to existing pavement with a clean, sawcut joint. Feathering of edges is not acceptable. Any damaged pavement will be restored by sawcutting and removing damaged asphalt, supplementing and compacting the base, and ' placing new asphalt. The cost for sawcutting shall be under a separate bid item. The 6-inch layer of crushed surfacing shall conforming to Section 9-03.9(3) for top course and placed in accordance with Section 4-04.3. Payment for crushed surfacing shall be under a separate bid item. Measurement for furnishing and installing ACP pavement will be based on actual tonnage ' weight as determined by measurement from a certified scale. The quantity for this item is Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 34 , H:\DIVISION.S\UTILITIES\DOCS\2000-344.doGDWC/tb included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. No measurement or payment will be made for repairing damage to ACP surfaces due to the Contractor's use or neglect; such will be at the Contractor's sole expense. Payment to Install ACP Trench Patch and Curbs will be made at the unit price bid per ton, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents, including haul, notifications, aggregate, sweeping, utility marking and adjustment, tack coat, furnishing and preparing subgrade, sawcutting, removal of existing ' asphalt, pavement grinding, feathering, joint sealing, cleanup, etc. required to complete this item of work. Bid Item 31 Furnish and Install Crushed Gravel Surfacing (Ton) This bid item shall involve preparing areas, furnishing, placing and compacting crushed gravel surfacing for ACP pavement, gravel shoulders and other areas as shown on the Drawings and as directed by the City. This item includes both Base Course and Top Course per Standard Specifications Section 9-03.9(3). Crushed surfacing for ACP pavement subgrade shall be in accordance with the ACP Trench Patch bid item. Existing gravel shoulders shall be replaced with 1 to 2 inches of crushed surfacing base course per Standard Spec. 9-03.9(3). This includes placing gravel to fill in erosion ditches that have formed along the edge of the street, and placement of gravel along the shoulder. Measurement for furnishing and installing crushed gravel surfacing will be based on actual tonnage weight as determined by measurement from a certified scale. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. Payment to Furnish and Install Crushed Gravel Surfacing will be made at the unit price bid per ton, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 32: Restore Pavement Markings (LS) This item consists of all tasks necessary to furnish and install new pavement markings for I all pavement areas affected by the project. Pavement markings include stop bars, striping, buttons, and reflectors. It is the Contractor's responsibility to review the project area prior the bid to determine all work needed for this item. The new marking shall be identical to the existing markings and shall be installed to fit with the existing markings. New markings shall be extended as needed to fit with existing Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions ' Page 35 H:\DIVISION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb markings. In some areas it may be necessary to replace old markings outside the 1 pavement restoration area with completely new markings (for example: a new stop bar will be placed across the entire lane width where a pavement patch was installed). Pavement markings shall follow the Supplemental Specifications Section 8-22 and Standard Specifications Section 8-22. ' Payment to Restore Pavement Markings will be made at the lump sum bid price, which payment will be considered complete compensation for all labor, equipment and materials required to complete this item of work in accordance with the Contract Documents. Bid Item 33: Restore Landscaping (LS) This item consists of all tasks necessary to remove existing landscaping structures and ' landscaping, save and preserve plants, restore landscaping structures, and replant plants in the entire project area. This item includes restoration of all grass and gravel surfaces adjacent to the work area. The following specific areas are included in this bid item: Lake Washington Blvd - Approx. Sta. 3+68, the driveway and planting area. - The timbers and grass frontage along the east side of the street. - The sideslope about sta. 4+94 ' N 34th St unused ROW - All grass and plant restoration. ' - Jute netting or mat erosion control fabric. - The rockeries and shrubs near CB#4. Because of the difficulty establishing the shrubs the contractor shall minimize any disturbance to the rockeries. Burnett Ave N - All roadside areas All grass surfaces shall be raked smooth, have at least 4 inches of topsoil placed, and shall be mulched, fertilized, and hydroseeded. The topsoil shall smoothly tapered into adjacent surfaces. Hydroseed shall be a lawn grass mixture. The mix shall be submitted to the ' Engineer for review and approval The contractor shall salvage, preserve, water, and replant any existing plants that are disturbed during construction. Plants include trees, shrubs, plants, flowers and any other vegetation. If the existing plants die the contractor shall replace them with new plants of the same species, size, and density. The contractor shall warrantee all plants for one year ' after completion of the project. The contractor shall replace any plants that die within the one-year period with new plants at no cost to the City. All replacement plants shall have the same one-year warrantee and replacement guarantee. Payment to Restore Landscaping will be made at the lump sum bid amount, which payment will be considered complete compensation for all labor, equipment and materials including ' salvaging existing and/or providing new imported topsoil, finish grading, planting or replanting where applicable to replace landscape shrubs and plants, replacing landscaping Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 36 H:\DIVISION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb ' structures, hydroseeding, mulch, fertilizer, excelsior matting, one-year guarantee, sweeping, dressing, trimming, site cleanup, etc. required to complete this item of work in accordance with the Contract Documents. Bid Item 34: Restore Complete Project (LSj This item consists of all tasks necessary to completely clean and restore the project work area, any areas outside of the work limits that are affected by the contractor, any damaged areas, and demobilize from the project site. All streets shall be power swept and cleaned at the end of the project. Restoration shall include replacement of any existing survey markers and monuments that are removed or damaged during construction at the contractor's expense, per Special Provision Section 1-07.16(3)A. ' Payment to Restore Complete Project will be made at the lump sum amount bid, which payment will be considered complete compensation for all labor, equipment and materials including salvaging existing and/or providing new imported topsoil, finish grading, planting or replanting where applicable to replace landscape shrubs and plants, hydroseeding, mulch, fertilizer, excelsior matting, one-year guarantee, sweeping, dressing, trimming, site cleanup, etc. required to complete this item of work in accordance with the Contract Documents. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 37 H 1DIVISION.S\UTILITIES\DOCS\2000-344.doGDWC/tb DIVISION 2 EARTHWORK ' 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description ' Delete the first paragraph of this section and replace with the following: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans ' which are required for the execution of construction activities. Trees and shrubs may be removed only after approval by the City. 2-01.2 Disposal of Usable Material and Debris Delete the third paragraph of this section and replace with the following: Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be ' disposed of in such manner as to meet all requirements of state, country and municipal regulations regarding health, safety and public welfare. 2-01.3(5) Shrub Removal (New Section) If it is necessary to move shrubs during construction, the Contractor shall remove the ' shrubs and replace them in-kind in the original locations after completion of the work. If a shrub is damaged during construction, the City may require the Contractor to replace in like size and kind. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement this section with the following: The work shall consist of necessary removal and disposal of existing improvements, ' including pavements, concrete road structures, manholes, abandoned piping, and other Items necessary for the completion of the project. All removal will be considered incidental to the work unless specifically identified as a bid ' item. r Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 38 H:\DIVI S ION.S\UTILITIES\DOCS\2000-344.doc1DWC/tb 2-02.3 Construction Details 2-02.3(1) General Requirements Supplement this section with the following: The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either the edge of the structure, an existing construction joint, or a new sawcut. The depth of saw cuts shall be such as will accomplish the intended purpose, and will be determined in the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items. 2-02.3(1)A Salvage (New Section) Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and items deemed of no value by the City shall be removed by the Contractor, and shall become the Contractor's property to be disposed of at no additional cost to the City. ' 2-02.3(7)D Contractor Provided Disposal Site (Addition) Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2-02.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.1 Description Add the following: Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 39 H:\DIVISION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb i Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in accordance with the Contract Documents. 5 04.2 Materials Supplement this section with the following: ' Tack Coat Tack coat shall be emulsified asphalt grade CSS-1 as specified in Section 9-02.1(6) of the Standard Specifications. 5-04.3 Construction Requirements 5-04.3(2) Hauling Equipment ' Add the following to the first paragraph: If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its ' representative, reserves the right to reject the load. Rejection of load due to non-protection will not be basis for any compensation. 5-04.3(5)C Crack Sealing Delete the first sentence and replace with the following: Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and ' joints, they shall be cleaned with a stiff-bristled broom and compressed air. 5-04.3(9) Spreading and Finishing , Supplement this section with the following: Asphalt Concrete Pavement (ACP) Class B ACP Class B shall be placed to the compacted depths specified herein, equal to existing , ACP thickness for restored ACP, or as shown on the Contract Plans and City of Renton Standard Plan H032 as leveling and wearing course. Asphalt over 3 inches in compacted depth shall be placed in two equal lifts. Placement shall be in accordance with applicable ' provisions of Section 5-04. 5-04.3(17) Paving Under Traffic Add the following sentence to the second paragraph of this section: No traffic shall be allowed on newly placed pavement without the approval of the Engineer. ' Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 40 ' H:\DIVISION.S\UTILITIES\DOCS\2000-344.doGDWC/tb 5-04.5 Payment See bid items descriptions for units of measure and payment. 5-04.6 Asphalt Concrete Pavement Overlays 5-04.6(1) Scope of Work The intent of these Specifications is to provide a minimum of 2 inches compacted depth of class "B" asphalt concrete pavement at various locations, which are shown in the Plans or identified in the bid items. All work required to complete the overlay, but not specifically mentioned on the Plans and Specifications, shall be performed by the Contractor and shall be considered as incidental to the construction, and all costs, therefor, shall be included in the bid item price. At all times, there must be materials on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc.. Materials shall include, but not be limited to, oil absorbent pads and "kitty litter". The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. 5-04.6(2) Traffic Control: Notifications The Contractor shall be responsible for delivering notification twice to all properties that front on, or access from, any street on which the asphalt concrete is to be applied. The first notification shall be made approximately one week prior to the day the work is scheduled to begin on the street and the second shall be made twenty-four hours (24 hours) prior to the beginning work. On streets to be overlaid, the Contractor shall post "No Parking" signs a minimum of 72 hours in advance of the work taking place. The signs shall specify the date and hours that the parking restrictions will be in effect. The Contractor shall obtain prior approval for the parking restrictions from the City of Renton Department of Public Works Transportation Systems Division. The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if the need arises to tow any vehicle(s) violating a posted "No Parking" sign. ' However, the Contractor shall first make an effort to contact the vehicle owner if it is likely the owner is in the area. The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all times. The Federal Highway Administration's 1988 Manual On Uniform Traffic Control Devices for streets and highways shall be the guideline used to determine adequate traffic control. Proper traffic control and safety procedure will be used during all phases of the work, to include utility adjustments. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 41 H:\DIVISION.S\UTILITIES\DOCS\2000-344.dodDWC/tb All work and materials associated with the notification procedures shall be incidental to the project, unless a specific item for"Traffic Control" is included. 5 04.6(3) Removal of Structures and Obstructions The Contractor shall remove all plastic traffic buttons, thermoplastic stop-bars and thermoplastic cross-walks from roadway surface, and the area shall be swept clean prior to application of the tack coat for overlay. The removal and disposal of plastic traffic buttons and thermoplastic legend, stop-bars and , crosswalks, shall be considered incidental to the project and no additional compensation shall be made. 5-04.6(4) Preparation and Placement The Contractor shall maintain existing surface contour during overlay, unless otherwise ' instructed by the Engineer. of Existing 5-04.6(4)A Preparationg Surfaces The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. Preparation of existing surface shall be done as outlined in this section and a tack coat shall ' be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. 5-04.6(4)B Utility Adjustments The Contractor shall install "poppers" to assist in locating the utility lids. All utilities shall be ' painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins shall be covered to ' prevent tack and ACP from getting into catch basin. The Contractor shall locate all utilities for access immediately after overlay and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4 -6 In diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access , immediately after final rolling. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 42 H:DIVISION.S\UTILITIES\DOCS\2000-344.doc/DWC/tb i ' The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustment shall be made per contract with respect to materials and methods except for revisions approved in the field by the City engineer. Utility adjustments must be completed five (5) working days after overlay is complete, and within the specified working days. 5-04.6(4)C Spreading and finishing The Contractor shall maintain a straight edge on mat, where there is no gutter-line, to a+ 2" per 100 linear feet tolerance. The Contractor may be required to pull a string line and paint a line as a guide. During overlay procedure, driveways and connecting streets shall be tied to new mat by means of adding additional material and "FEATHERING" the edge. All material raked off shall be removed from site. The Contractor shall not use vibration when compacting on streets where A.C. Line (Asbestos Concrete) is used (refer to City of Renton comprehensive Water System Plan, figure #7, 1/15/92). 5-04.6(5) Payments See bid items descriptions for units of measure and payment. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 43 H:\DIVISION.S\UTILITIES\DOCS\2000-344.dodDWC/tb i DIVISION 8 ' MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL ' 8-01.1 Description Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held responsible for maintenance of all erosion control facilities necessary during the duration of this contract. , Work shall include but not be limited to the following: • Storm Drain Inlet Protection Sediment Control Fencing • Hay Bales and Mulch Covering Soil with Plastic Covering ' Miscellaneous Erosion Control 8-01.2 Materials Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 10OX or approved equal. 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. ' 8-01.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. If a bid item for Erosion Control is not listed, the cost of all such work shall be considered incidental and included within the unit bid prices in the contract. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 44 , H:\DIVISION.S\UTILITIES\DOCS\2000-344.doGDWC/tb t8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.1 Description Add the following: Work includes replacement of curb and gutters removed or damaged due to construction activities. r 8-04.3 Construction Requirements Add the following: Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement (New Section) Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the Engineer. 8-04.5 Payment Supplement this section with the following: See bid items descriptions for units of measure and payment. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Add the following: Work includes replacement of sidewalks removed or damaged due to construction activities. Replacement of sidewalks shall include driveways and handicap access areas. 8-14.3(2) Placing and Finishing Concrete Add the following: Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a smooth transition. i 1 Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 45 H\DIVISIONS\UTILITIES\DOCS\2000-344.dodDWC/tb 8-14.3(5) Width of Replacement(New Section) , Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the Engineer. 8-14.5 Payment Delete entire section and replace with the following: See bid items descriptions for units of measure and payment. 8-22 PAVEMENT MARKING 8-22.1 Description Supplement this section with the following: All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. Markings and markers shall be in accordance with the City of Renton Standard Plans. 8-22.5 Payment Supplement this section with the following: , Bid items with descriptions, units of measure and payment are outlined in Section 1-09.3(1). If a bid item for Pavement Marking is not listed, the cost of all such work shall be considered 1 incidental and included within the unit bid prices in the contract. 1 1 1 i 1 Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 46 ' H:\DIVISION.S\UTI LITIESkDOCS\2000-344.doc/DWC/tb r DIVISION 9 ' MATERIALS 9-03.22 Controlled Density Fill (New Section) Controlled Density Fill (C.D.F.) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free- flowing and excavatable material which will result in a hardened, dense, non-settling fill. Where not specified in this section, Measuring, Mixing, Delivery and Placement shall follow ' ASTM C94 or WSDOT 6-02.3. 9-03.22(1) Materials Description Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures which has been batched and mixed in accordance with ASTM C 94 or WSDOT 6-02.3. rMaterials 1. Portland Cement: ASTM C 150, AASHTO M 85, or WSDOT 9-01 2. Fly Ash: Class F or Class C 3. Aggregates: ASTM C 33, WSDOT 9-03.14, or WSDOT 9-03.1 4. Water WSDOT 9-25 r5. Admixtures WSDOT 9-23.6, AASHTO M 194, ASTM C 494, or ASTM C 260 9-03.22(2) Proportioning The table below provides a guideline for Controlled Density Fill mixes. The weights shown are only an estimate of the amount to be used per cubic yard of C.D.F. Actual amounts may vary from those shown as approved by the Engineer or approved trial mix data or field test results for proper strength, workability, consistency and density. r r r r r Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 47 H:\DIVISION.SIUTILITIES\DOCS\2000-344.doGDWC/tb Class of C.D.F. A B C Maximum Compressive Strength, lbs. per sq. in. 100 300 300 (lbs./sq.ft.) (14400) (43200) (43200) , Max. gals. of mixing water per cubic yard 50 50 30 Lbs. of cement per cubic yard, approximate 30 50 50 Lbs. of fly ash per cubic yard, approximate 200 250 250 Lbs. of dry aggregate per cubic yard, approximate (assumed 3200 3200 3200 Sp.G. 2.67) 1. If air entraining or water reducing admixture is used for flow-ability, total water and aggregates may be adjusted for yield. 2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable C.D.F., 3/8" minus or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. 9-03.22(3) Placement C.D.F. can be proportioned to be flowable, non-segregating, or excavatable by hand or ' machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6 inch slump ' Normal Flow-ability 6 - 8 inch slump High Flow-ability 8 inch slump or greater ' C.D.F. shall be placed by any reasonable means in to the area to be filled. Flowable C.D.F. shall be brought up uniformly to the elevation shown on the plans. Trench section to be ' filled with C.D.F. shall be contained at either end of trench section by bulkhead or earth fill. C.D.F. 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, C.D.F. 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 sage shall be as continuous an operation as is practicable. C.D.F. shall not be placed on frozen ground. 9-03.22(4) Compaction For flowable C.D.F. compaction is not necessary for placement. ' The contractor may as an option, adjust the water content to obtain a 0 to 1" maximum slump mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction will be accomplished by use of acceptable compaction means. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 48 H:\DIVISION.S\UTILITIES\DOCS\2000-344.doGDWC/tb 9-03.22(5) Protection Contractor shall provide steel plates to span utility trenches and prevent traffic contact with ' C.D.F. for at least 24 hours after placement or until C.D.F. is compacted or hardened to prevent rutting by construction equipment or traffic. ' 9-03.22 (6) Testing Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength. tIf laboratory trial batches or field trial data confirm weight and strength, no further testing will be necessary, if approved by the Engineer. ' For hand excavatable material, the unconfined compressive strength shall be 100 psi maximum at 28 days. Laboratory trial batches or field trial data may be submitted to confirm strength and weight. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ' 9-05.19 Corrugated Polyethylene Culvert Pipe (CPEP) (Addition) 9-05.19(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. 9-05.19(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. 9-05.19(3) Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.19(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 49 H.\DIVISION.S\UTILITIES\DOCS\2000-344.doGDWC/tb 9-16 HYDROSEEDING FOR GROUNDCOVER (New Section) , 9-16.1 Description ' Furnish, install and maintain hydroseed grass mixtures in areas shown on Drawings and as directed by the City to match golf course requirements. Seed mixes and materials needed ' for seeding must be of the quality described in this section. 9-16.2 Products , Areas to be seeded shall be hydroseeded using a seed mixture as indicated on the Drawings. , 9-16.3 Transportation, Delivery, Storage, and Handling ' Submit seed vendor's certification for required grass seed mixture, indicating percentage by weight and percentages of purity, germination and weed seed for each grass species. 9-16.4 Installation Perform hydroseeding work only after planting and other work affecting ground surface has been completed. Loosen topsoil of areas to be seeded to minimum depth of 4 inches and grade to remove ridges and fill depressions as required to drain. Limit soil preparation to areas which will be immediately seeded, when the soil is dry and ' when winds do not exceed 5 miles per hour. Seeding shall occur between March 1 and May 15 or between August 15 and October 1 or at such other times acceptable to the City. 9-16.5 Maintenance Water as needed to maintain plantings and seeded areas in good condition. Plants must be watered immediately upon installation and as needed until final acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and all equipment needed shall be furnished by the Contractor. Hoses and equipment for watering shall be free of , contaminants which may reduce groundwater quality or water quality of the Cedar River. Perform seeding work only after planting and other work affecting ground surface has been completed. Restrict all disturbances or other activities in seeded areas until grass is established. Erect signs and barriers as required. 9-16.6 Cleaning Perform cleaning during installation of the work and upon completion of the work. Remove from the site all excess materials, debris and equipment. Repair damage to any project features. Lake Washington Blvd/Burnett Ave N Storm System Project-Special Provisions Page 50 H:\DIVISION.S\UTI LITI ES\DOCS\2000-344.doc/DWC/tb ' 9-16.7 Warranty Hydroseeded areas will be inspected 1 week after germination to determine if coverage of 1 seeding is acceptable. A uniform stand of grass over 90 percent of seeded area shall be obtained by watering and maintaining until final acceptance. Areas which fail to provide a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until the coverage required herein is obtained. 1 9-16.8 Payment See bid items descriptions for units of measure and payment. i 1 1 1 I 1 1 1 1 1 Lake Washington Blvd/Burnett Ave N Storm System Project-Speciaf Provisions Page 51 H\DIVISIONS\UTILITIES\DOCS\2000-344.doc/DWC/tb 1 TRAFFIC CONTROL i � INFORMATION 1 1 1 1 1 1 i 1 1 CITY OF RENTON TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN CONSTRUCTION COMPANY: APPL. DATE: ADDRESS: PERMIT : PHONE CONSTRUCTION SUPERINTENDENT: MOB./CEL. ( ) PROJECT LOCATION: N/E/S/W OF: FAX 1: ( ) WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: NOTES: 1) CALL 911 (USING LOCAL PHONE) OR (253) 854-2005 (USING CELL PHONE), FIRE ac POLICE DEPARTMENTS BEFORE ANY CLOSURE. 2) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY—FOUR (24) HOURS BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 3) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK. 4) APPROVED TRAFFIC CONTROL PLAN MUST BE AT WORK SITE DURING WORK HOURS. COMMENTS: SKETCH NORTH I have been informed of my responsibilities for traffic control and oMCE COPY T- CTOR a agree to comply with all traffic regulations of the City of Renton. INSPECTOR 9 P Y 9 Y INSPECTOR NEII WATTS SIGNATURE: DATE: PgucE DENNIS GERULK FfRE JIM GRAY F\YP-AFM 0PERAi10K\TCP\CTRU"i 1 I, representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours ' before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes. I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City codes. NAME: D.O.B.: SSJ#: HOME ADDRESS: ' WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: WASHINGTON STATE DRIVERS LICENSE NUMBER: h:ldivision.sltranspor..Ilo"ratioltraf on\fines i i TYP. SIGNS BARRICADES USED IN ROADWAY CONSTRUCTION AREAS ROAD ROAD CL03ED ROAD CLOSED AHEAD TO CLOSED AHEAI LOCALTRAF►COhly THRuTRAFFIC Rg 4e`XBO` 90"X30" GO"X 3O` CL ILK.ON SILVER(REFL3 OLN.011 SILVER(REFL.) OLK.ON SILVER(REFL.) L T ROAD DETOUR ROAD CONSTRUCTIO CLOSET) AHEAD AHEAD AHEAD I PE TYPE III BARRICADE 480X 18" 48"X 48' ORANGE ON SILVER (REFL) tILK ON ORANGE(REFL) BLKION RANGE OLKiRN ORANGE ;. •� fAIIEAD AiIEAD i �, 48`X24" 4B`X2�4" , 4 8`X 4 B` BLK.ON ORANGE OLK. Off ORANGE OV.ON ORANGE (REFL.I (REFL.) TYPE I BARRICADE? (REFL) QRANGE ON SILVER TYPE It BARRICADE (REFL.) ORAEIGE ON SILVER (REFL) END OETOuR m ROAD CONSTRUCTION CONSTRUCTIO11 6O'X24" 48•XIB" AHEAD OLK Off ORANGE BLK. ON ORANGE 24"X24" (REFLI (REFL.) OLK.011 ORANGE LOCAL IREFU 25 W TRAFFIC m Pit DETOUR ONLY VERTICAL. PANEL ♦8•Xitl" • Be" ORANGE ON SILVER le" TRAFFIC DELINEATOR�0 X e (REFLa BMW ORANGE BLK.ON ORANGE CONE (REFLI tREFL.) ORANGE ORANGE NOTES I I. Floodlights shall be provided to mark flogger stations at night. �� rORK p 2. If entire work area is visible from one station, one flogger•moy y0 be used, otherwise two floggers and signing will be required each G20-2a direction. 3. Sign sequence is the some for both directions of travel. 4. See Buffer Data Table. Use of buffer vehicle is recommended, it may be a work vehicle. If buffer vehicle is used, minimum X xo from end of taper to work area shall be total of "R" (roll ahead / y0 distance) plus length of vehicle, plus ..B•• (buffer space). If buffer •G\ o vehicle is not used, minimum distance shall be "B". ° 5. Steady burning warning lights (Type C, MUTCD) should be used to mark channelizing devices at night as needed. 0 6. Either reverse cone taper or sign C20-2a may be used to show end of work area. Ra Y 5¢¢ h° 0 o° h° y W20-7o BUFFER DATA BE Buffer Space PREPARED 70 Speed (MPH) 25 30 35 40 45 SO STOP (optional) )6_ k / W20-7b 8 (FT) SS 85 120 170 220 280 (optional) Buffer Vehicle Roll Ahead Distance 'X\ ONE LANE 4 Yard Dump Truck Stationary CHANNELIZING -+• ROAD 24.ODO LBS Operation DEVICE SPACING (FT) MPH Toper Tangent / W20-4 R (FT) = 100 35/50 30 60 /�J k� 25/30 20 40 (optional) ROAD WORK SIGN SPACING TABLE AHEAD F O R LOCAL LEGEND 1AGIENCY p� f�Speed % W20-1 UBE °a Channel;zing Devices 45/50 MPH 500•t r' flogger 35/40 MPH 350't 8 Type A Floshing Warning Light 25/30 MPH 200't TRAFFIC CONTROL PLAN VAAl"T n STATE OVAe°[rt OF rAAwaTAT�a Typical application of traffic control devices on ADOPTED CITY OF RENTON a two-lone highway where one lane is closed and Sty,d Pk. flogging Is provided. . LA°pAk IOl20/I993 Plan No K.02 SP PAGE K002 ���T--- NOTES t o 1. See Buffer Data Table. Use of buffer vehicle . iL� ♦ is recommended. It may be o work vehicle. If buffer vehicle is used, minimum distonce from end of taper to work area sholI be total of "R" ° ° WORK (ro""ll ahead tli5tonce) plus length of vehicle, plus ° AREA ° 8 buffer space. If vehicle is not used, minimum r distance shol l be "B". I X L X L/3 I 100" 0" MAX G20-2a 1 L 2" MIN 50 ROAD Z uffer vehicle with END SHOULDER beacon (apt i ona 1) ROAD PORK WORK VORK (See Note 1) AHEAD or reverse cone toper to W20-) W21-5 show end of work area CHANNELIZING MINIMUM TAPER LENGTH DEVICE SPACING (FT) = L IN FEET MPH Toper Tangent Lane Posted Speed 35 30 60 Width (MPH) (feet) 25 30 1 35 25/30 20 40 10 IDS 150 205 11 115 165 225 12 125 180 245 SIGN SPACING TABLE n Speed x BUFFER DATA u'a W ®6° 35 MPH 350't Buffer Space A®1E H 25/30 MPH ZOO'S Speed (MPH) 25 30 35 8 (FT) = 1 55 85 120 Buffer Vehicle Roll Ahead Distance 4 Yard Dump Truck Stotionory 24,000 LOS Operation R (FT) = 100 TRAFFIC CONTROL PLAN LEGEND VAWIWYM.TATt O.rMMV v T.AYPOTATIM %—IA..AUIH 0. i 0 0 o Chonnelizing Devices _ ', � �� ADOPTED ♦� CRY RF?SI'ON n�Sdud Plw Typical application - shoulder work on urban street L.a Due 10R0/1993 with minor encroachment on traveled lane. PI..N.K-1 A SP PAGE KO 17 GENERAL NOTES 0O M4-9(L) Fleshing waminp lights (Typo A, MUTCD) should W o be used to mark bnricades at night at needed, L___j Siena RII-2 and W20-3 may display the optional FIRST STREET message"STREET"as appropriate. Signs RII-3'Rood(Street)Closed to Thru Traf- M4-9(L) �— fic",or RII-4"Local Traffic Only"may be sub- stitutsd for sign RII-2 where applicable. _ /Ma-10(R) DETOUR 0 For additional guidance,'Second Street"street G20-2 = o name signs,D3-I,may be used with the M4-9 W � M r --- Q detour signs,and may be black on orange, z ?Jnol30 C o o RII-2 �- _ o A cn D Q Q The two M4-9(R)detour signs on Second Str- u M4-9(R) m set should display an advance arrow when In M4-9(R) stalled mld-block. _` W W2� r o SECOND STREET WORK AgEA rW20-2 W20-3 D m O W fs rrfn-'1 vs = O All-2 QV( o M4-9(R) _ �G p< W20-3 M4-91 OOO M 41 oc C ;lD � —� DETOUR D1 C rM < H I M4-10(R) O = G20-2 f THIRD STREET i \M4-9(L) a W Z 2 O v W = 3 to n a _ M4-9(L) O a[ U S � J Q W LL TYPICAL APPLICATION—DETOUR SIGNING FOR STREET CONSTRUCTION PROJECT IN A STREET GRID. TRAFFIC CONTROL PLAN LEGEND :h( 5925� TYPE I11 BARRICADE ' �zY ADOPTED U CITY OF RFNTON STANDARD PLANS 'AWN LST DATE:17-Jul-81 SP PAGE: K013 i 1 �Y � O ti 1 ., }. 1 1 � o NT 1 1 CITY OF RENTON SURVEY CONTROL NETWORK 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 I'Printing January 1995 1 2nd Printing January 1997 Revised & Reprinted May 2000 TS_SERVER//SYS211,,IAPS\83m\control\scn.doc Title 2 May,2000 1 ' TABLE OF CONTENTS SECTION I SURVEY CONTROL NETWORK DESCRIPTION.................................. i SURVEYING STANDARDS ............................................................1-11-1 MONUMENT CASE & COVER STANDARD PLAN.......................H031 ' SECTION II MAPS;DESCRIPTIONS &VALUES Section Index Map............................................................................... Index Section Township Range Page ' 13 T23N R4E WM..................................................................F2 14 T23N R4E WM. .F 1 24 T23N R4E WM..................................................................G2 ' 25 T23N R4E WM..................................................................� 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 T23N R5E WM..................................................................F4 18 T23N R5E WM..................................................................F3 19 T23N R5E WM..................................................................G3 20 T23N R5E WM. ..G4 21 T23N R5E WM..................................................................G5 1 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\controllscn.doc Table olContents 2 May 2000 CITY OF RENTON SURVEY CONTROL NETWORK Survey Control Network is the result of a three year project b The City of Renton S y y p J y 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 concurrently during 1993 & 1994. The horizontal control phase was executed by Bush, Roed & Hitchings, under the direction of Robert ' 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 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 ishows 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 277-5569. This document will be updated on an ongoing basis as monuments are upgraded, added or as corrections are made. TS_SERVER//SYS2\MAPS\83m\controNcn.doc iu 2 May 2000 1 around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision ' 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 470 25' N to the south and 1 in I11,000 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. TS_SERVER//SYS2\MAPS\83m\conVol\scn.doc H 2 May 2000 ' City of Renton Surveying Standards City of Renton Standard Plans & Supplemental Specifications Section 1-11 ' Adopted December 16, 1996 Effective January, 21, 1997 TS_SERVER//SYS21MAPS\83m\controll,scn.doc 1-1 I-1 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) ' (RC) Those surveys dependent on section subdivision The horizontal component of all surveys shall shall reveal the controlling monuments used and have as its coordinate base: The North the subdivision of the applicable quarter section. American Datum of 1983/91. Those surveys dependent on retracement of a 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 first 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 1 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-I1.1(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 i 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. Af_anument 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 comer 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 comers;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 corners. 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. ' 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 shall satisfy all applicable requirements of Topography(RC) Topographic surveys shall satisfy all applicable Section I-11.1 herein, requirements of section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. All points occupied or back sighted in 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 -1 The drawing must be of such quality that a meet the requirements of section 11.1 herein. reduction thereof to one-half original scale The drawing and electronic listing requirements 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//SYS21MAPS\83m1control\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 misciosure 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. (RC) All non comer 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 comer 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. Corners 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 I- 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. 1 S 1 1 i i 1 TS_SERVER//SYS21MAPS183m\controllscn.doc 1-11-5 2 May 2000 —�!�AFAL W/71/ A,,(�4a-Z9<_Oq',54AUD \\Mow/r 8Z4.55 c4P 0C. /- GrC/7r. /G-_ ; D/A. 4'' ONC. t I < n i GOMPAC �D EL EVd 7_10r 1 l SAND SECT/QV �-�cT �ac���cL ./G27:f. CDMF3�C7'/U/�/ NOTL: Monument Case & Cover 1. STANDARD MONUMENT CASE AND COVER WASHINGTON STATE DEPARTMENT OF HIGHWAYS 1976. 2. THE CASTINGS SHALL BE GRAY-IRON CASTINGS, ASTM DESIGNATION A-48, CLASS 40, THE COVER AND SEAT SHALL BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL 14IDTH OF BEARING SURFACE. 3. WHEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAVEMENT, A CEMENT CONCRETE BASE WILL NOT BE NECESSARY, A D O P T E D 4. SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATION SECTION 7-05.3(1) FOR tiC p ADJUSTMENTS TO GRADE. U CITY OF RENTON STANDARD PLANS LST DATE:1-Feb-89 DWG NAME: HR-04 SP PAGE: I-10?! --------------- -- -------------- -------------- - --------------- - ------------- -- -------------- - -------------- -------------- -- --------- ------------- JIM 16 T24N RSE 18 T24N R5E 15 T24N RSE 14 T24N R5E 13 T24N R5E A 5 A 8 -E R5 23 T24N --- - -- ------------ E 19 T24N R5 5E 21 T24N E s 22 T24N R5E 23 T24N R5E 24 T24N R5E ------------- ib2 B .. B5 B6_____:__-_ - ---- --- B 7 B 8 26 T R4E 30 T24N 4 28 T24N RSE 7 T24N R5E 26 T24N R5E 25 T24N R5E 064 - ._ C7 C8 -- - ---------- Z 4 C6----------- 35 T24N 4........... 32 T24 R5 E 34' R5E_ 36 T24N R5E 36 T24N R5E ........ . .... : ::_ . -:Y_ � : D8 ................ ... 2 T23N R4E 1 T23N R4E Z3 R,.04 2 T23N R5E 1 T23N R5E 1 —E2 B 7 E"8 T 3 12 T23N E O T23N E 8 R5 9 T23N WE 10 N I R5E 12 T23N RSE >d n � 5 6 7 F 8 \14 T23N R E 112M R T23N R5E 16 T2 E 1 T23N R5E 14 T23N R5E 13 T23N R5E 3 G N ^ 4 3 R4E 1T23 21 T23 22 T23N R5E 23 T23N RSE 24 T23N R5E T2 Nn n H5 6 H7 H8 2 23 1!�4E 30 3 E N 5E -�&123N 9R E 26 T23N R5E 25 T23N R5er-'-%� 12 la 17 18 '�,� 35 T23 E MN R4E E 32 T23N 5E 33 T23N 34 T23N 5E 35 T23N - _- 36 T23N R5E C-0 1 J 2 3 J 5- J --=-=== -===-= = _ _ _ T22N R4E I'22M R4E d R5E 3 T2 R5E 2 T22N R5E ------------- CITY OF RENTON SURVEY CONTROL NETWORK MONUMENTS & BENCHMARKS INDEX 1 ' 283.7 141 ZV. +2770 - 744� d th St +1413 548+ +547 546+ i - -- -- I 2943( 743 Ll i +11 12* 721+1 r .3i t i 2544-25�42 : o Q � I -- — / +740 2545+4+ 2+ p -- -- 16 — —353+; /+818-- .� £_ �.— - _,t854; + 38 -- ' 2 J 9 i-- --y 1 1 86 ' I -3541 27�69 --- i9 5- - - -- , 5s+249-+ }i t�- -- 53t+ jt -- *2942- 1177 2666 1 `�._. t 52_6 - „78 --- t LEGEND r CITY OF RENTON 1111 SURVEY CONTROL NETWORK ® Horizontal & vertical r MONUMENTS & BENCHMARKS 2®2 Horizontal Only •®" o TECHNICAL SERVICES ®33 vertical Or11y • PLAxxuvatsvantrrarnvsLcc WORKS 02n4/00 _r +! "J° Monment _ ___ Renton City i.Wts C 3 r 1:54W 31 T24N R5E NE 1/4 531++ 1184 _1 *129-4 2666 e-. --- _ - '533�+ 1815+530 -- I 2$t5f+ Q � OL -- - -__jt1178 2941. r ""�+534 +549 ,+18144 _ +1 t .__ r �. -- - - ---- 76 +550 - 527+- -- 1271 j+536 +551—'2b10+1$13 45+; - _. t� .�oth -st-- i+537 +552 +553 l— , : t N 41 1� `+fit 8 t554--J+544 +55 1182+1 - 2513• - _- --- t 1+557 _ . +�6 343} `t\ 2514 t -J+�. 4aT }a t}, � ( + -t4 f 3 9-6-=- _ 2 }8 118 2494 +5t 255�; t 560 559 2940 \ 775 2538 \ 253T, sF � ! j \ `a44., \ 54t 6 ` 5 9 4 + "t+ • _ +561749 bi \ t, -C�1 1 i 62 LEGEND CITY OF RENTON 1111 ® Horizontal & vertical ■ SURVEY CONTROL NETWORK 2222 ■ MONUMENTS & BENCHMARKS ® Horizontal Only •® TECHNICAL SERVICES 3®3 vertical Only • PLANNING/BUILDING/PUBLIC WORKS 02/14/00 ♦"°"-° Monument C3Renton City limit: Il:� 31 T24N R5E SE 1/4 1 SECTION 31 T24N R5E W.M. _I 28-Apr-00 Horizontal: NAD 1983191 Meters Vertical: NAVD 1988 Meters ' 266 N 1/4 Corner 5 T23N R5E Location: Found a 1/8"copper pin on 5"diameter round concrete monument post down 0.2' in a monument case at the constructed intersection of NE 28th Street& Jones Avenue NE. See City of Renton monument reference card#266. , Monument: 1/8 IN CU PIN ON 5 IN DIA. CONC MON, IN CASE, DN. 0.2' NORTHING: 58347.931 EASTING.- 397335.034 ELEVATION: 75.552 ' 334 Location: Top 1/8" brass nail set in concrete monument at intersection Jones Avenue N.E. and N.E. 24th Street. Monument: BRASS NAIL IN CONC MON 1 NORTHING: EASTING: ELEVATION: 74.475 341 ,Location: Top 5/8" steel rod set in concrete monument in case 3' east of centerline intersection Park Ave. North and N. 30th Street. Monument: 5/8 IN STEEL ROD IN CONC MON, IN CASE i NORTHING: EASTING: ELEVATION: 61.343 ' i 1 C3-1 SECTION 31 T24N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters ! 526 Location: Top of hard nail 2' east of centerline intersection of Park Avenue North and North 33rd Place. 1 Monument: TOP OF HARD NAIL ! NORTHING: EASTING: ELEVATION: 55.501 1836 ' Location: Found a 1/8" bronze pin in a round concrete post monument down 0.4' in a monument case at the constructed intersection of N 30th Street& Burnett Avenue N. !' Monument: 1/8 IN BRONZE PIN ON CONC MON, IN CASE, DN. 0.4' NORTHING: 58563.567 EASTING: 396538.792 ELEVATION: 36.586 ! ! 1886 NW Corner 5 T23N R5E Location: A brass nail in concrete in a monument case on Burnett 125 feet south of North 28th Place. 0.76 feet below rim. 1 Monument: BRASS NAIL ON CONC DN 0.76' IN MON, CASE ! NORTHING: 58361.030 EASTING: 396532.414 ELEVATION: 31.919 i 1 1 1 ! C3-2 1 SECTION 31 T24N R5E W.M. 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters ! 2100 Location: Found a standard United States Geological Survey(USGS) bench mark brass ! disc, NGS archive no. SY0162, designated"Gaging Station", in the top of the southerly comer of a large sloping concrete structure on the northeasterly side , of a 36-inch corrugated metal pipe housing a USGS recorder, on the westerly side of Lake Washington Boulevard approximately 3.6 miles north of its intersection with Bronson Way, at a wooden bridge over May Creek, approximately 36' northwesterly of the centerline of Lake Washington Boulevard, approximately 12' northerly of the northerly face of the housing, approximately 0.6' northeasterly of the northeasterly face of a large concrete box vent for sewer pipe and approximately 6' lower than Lake Washington Boulevard. Monument: USGS DISC ON SLOPING CONC STRUCTURE, GAGING STA USGS ! NORTHING: EASTING: ELEVATION: 8.813 2116 Location: Found a standard Coast& Geodetic Survey (CGS) bench mark brass disc, ! NGSarchive no. SY0159, stamped"N 384 1959", set in the top of a concrete post monument projecting approximately 0.3' above the ground, at Kennydale, approximately 41' northerly of the constructed intersection of Lake Washington Boulevard, Mt. View SE leading to the west and N 33rd St. leading to the east, approximately 29.5' northwesterly of the centerline of Lake Washington Boulevard, approximately 37' north-northeasterly of the centerline of Mt. View SE, approximately 322' southeasterly of the southeasterly rail of the Northern Pacific Railroad, approximately 81.6' northwesterly of and across the intersection from the northwesterly corner of the Kennydale Market, approximately 1.5' northerly of power pole S-ES 1/12, approximately 1.5' ' northeasterly of a pole supporting a railroad crossing sign and approximately 1.4'westerly of a witness post. Monument: CGS DISC IN TOP OF CONC POST MON, STA N384 1 NORTHING: EASTING: ELEVATION: 12.848 ' 1 C3-3 ! 1 1 STANDARD PLANS � AND DETAILS 1 Table of Contents CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i ' Division 1 General Requirements........................................................................................................... 1 ' 1-01 Definitions and Terms ... . . 1 1-02 Bid Procedures and Conditions ........................................................................................... 2 1-03 Award and Execution of Contract......................................................................................2 1-04 Scope of the Work.......................................................................................................... 3 ' 1-05 Control of Work............................................................................................................3 1-06 Control of Material. 7 1-07 Legal Relations and Responsibilities to the Public 7 1-08 Prosecution and Progress................................................................................................12 ' 1-09 Measurement and Payment..............................................................................................14 1-10 Temporary Traffic Control..............................................................................................18 1-11 Renton Surveying Standards............................................................................................19 ' Division 2 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 Division 5 Surface Treatments and Pavements..........................................................................................26 5-04 Asphalt Concrete Pavement.............................................................................................26 ' Division 6 Structures..........................................................................................................................29 6-12 Rockeries....................................................................................................................29 ' Division 7 Drainage Structures, Storm Sewers,Sanitary Sewers,Water Mains, and Conduits.............................30 7-01 Drains........................................................................................................................30 7-02 Culverts.....................................................................................................................30 ' 7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass30 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 Division 8 Miscellaneous Construction..... ' 9-09 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 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 9-30 Illumination, Signals,Electrical........................................................................................58 9-30 Water Distribution Materials. .58 INDEXTO WSDOT AMENDMENTS ......................................................................................................60 WSDOTAMENDMENTS......................................................................................................60 Page-RS-iii Revision Date:May 19, 1997 ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! \`R AS NEEDED 00000o M TAPER NEW CURB INTO EXISTING FLOW DIRECTION CURB OR ASPHALT, EACH SIDE 8' _ �q2 l3 TYPICAL SECTION TYPE 1 CB TYPICAL ASPHALT CURBS 2"X5" ANCHOR STRIPS WELDED TO 3/4" DIA. BAR—FRAME (4 PLACES) 3" TO 6" RIPRAP PACED UNIFORMLY. FASTEN WITH 1/2" GALV. OR NON—CORROSIVE EX.GROUND BOLTS do NUTS. EX.GROUND 3/4" DIA. BAR—FRAME 4" O.C. MAX. -- EXISTING BAR SPACING 1 STORM PIPE DITCH Q1 SEE PLANS FOR SIZE 3" Adjust Sideslopes to fit Ex. Ditch, or as noted. WWNo steeper than 1:1 11 2' END VIEW END SECTION SIDE VIEW UMOJUCSJOMUMUMM 3/4" DIA. SM OTH BARS WITH O ENDS WELDED TO BAR FRAME NOTES: 1. All metal port sholl be corrosion resistant steel, galvanized. 2. Adjust Extent of Quarry Spolls to fit Ditch QUARRY SPALLS 3" TO 8" 0 Q v DEBRIS BARRIER - QUARRY SPALL DITCH dJ0 OOOO�CSJO OOdJ00000000000 PLAN VIEW DWC/MDD 7/29/00 ' PAY LIMIT FOR TRENCH EXCAVATION AND BACKFILL SINGLE PIPE TRENCH 6'-0' SEE STANDARD PLAN H032, H032A FOR STREET RESTORATION REQUIREMENTS a ° a ° a BACKFILL MATERIAL eo NATIVE IF IT MEETS SPECS, ° OR IMPORT PER SECTION 9-03.19 ° (BANK RUN GRAVEL). d e e ° e d ° e g e STORMWATER PIPE a PIPE ZONE MATERIAL PER SECTION 9-03.16 BEDDING MATERIAL FOR THERMOPLASTIC PIPE EXCAVATION OF UNSUITABLE SOIL AND I e BACKFILL OF FOUNDATION MATERIAL (IF NECESSARY) DEPTH AS APPROVED BY ENGINEER L _ _ _ — — — _ J MATERIAL SHALL MEET SECTION 9-13.6 QUARRY SPALLS NOTES; 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. ' 2. HAND TAMP UNDER HAUNCHES. 3. COMPACT PIPE ZONE MATERIAL TO 90% MINIMUM DENSITY ' EXCEPT DIRECTLY OVER PIPE WHERE COMPACTION WILL BE HAND TAMP ONLY. 4. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE ' FLOW LINE IS MAINTAINED. 5. ALL EXCAVATION AND BEDDING AND BACKFILL MATERIALS BEYOND PAY LIMIT OF TRENCH SHALL BE INCLUDED WITHIN THE TRENCH EXCAVATION SAFETY SYSTEMS BID ITEM. ' 12" - 24"- CPEP STORM PIPES TYPICAL TRENCH BEDDING AND BACKFILL rr r r r� r� rr rr r� rr rr r r r rs r rr rrE r� rr Frame and grate or ring and cover NOTES a <z I Riser or adjustment section I. Handholds in riser or adjustment section shall z 1 have 3'" MIN clearance. Steps in catch basin i I sholl have 6" MIN clearance. No steps ore ao in: j Handholds required when "El" is 4' or less. For details _< see Standard Pion "Miscellaneous Catch Basin 8•. �', . Flat slab cover Details". 2. Precast bases sholl hove cutouts or knockouts 20" 7( 24" or I with a wall thickness of 2" MIN, Hole size 24"" DIA Steps and ladder sholl be equal to pipe outer diameter plus I catch basin wall thickness. Maximum hole size is 36" for 48" catch basin, 42" for 54" catch basin, and 48" for 60" catch basin. • Minimum distance between holes Is 8 48' 54 or 60"" . 3. All base reinforcing steel shall be placed in the top half of the base, I" MIN clearance. I 3- - 4. The bottom of the precast catch basin may be rounded. 5. Frame and grate may be installed with flange down or cost Into riser. = I • Reinforcing steel (for precast base with integrol riser) 0.15 SO IN/FT in each direction for 48" DIA Mortar fillet ` ! 0.19 SO IN/FT in each direction for 54" DIA N I 0.25 SO IN/FT In each direction for 60" DIA 48" DIA-6'' �` . . Precast base with integral riser 54 DIA-8' I I 60 DIA-8" �6"� Grovel bockflll for pipe bedding, 6" MIN compacted depth. For precast I � � bases Only. 1 -0 • For separate cost in place Separate cost in place or separate precast base CATCH BASIN TYPE 2 48' DIAP 54' DIA, Reinforcing steel (for separate base only) OR 60" DIA 0." R:nq 0.23 SO I N/F T in loch d i rlct l on for 48"" DIA ••«'~�a c a�irliMw.i.iia 0.19 SO IN/FT in eoch direction for 54" DIA 0.25 SO IN/FT In each direction for 60" DIA ADo►fED --•T CRY OF RENTON PRECAST,BASE JOINT ,.c,.».•e.•ca.w,«���,,a«ur,« ..•.•.i... y,_� • _•, • i�a D.e 7RNIV91 DETAIL �f •.n r❑+ia •. ....• «..W.A Alp SP►AGE B02 rr rr rr r r� rr r� rr �r r rr rr rr ri rr r r� rr rr NOTES: odQ D� Frame and grate Isee Standard Plan 1. If wire mesh is used as an alternate to rebor, it shall for details) not be placed in knockouts. 2. The bottom of the precast base section shall be minimum 4" thick and may be rounded. 'i S'• 5q 3. Knockouts may be on all four sides, either round or "D" 1A ie knockouts.pe Hole to bsizesshall betalled n equal ato piry p l eouter 6" Riser Section diameter plus catch basin wall thickness, 20" MAX. 1 - '3 Bar hoop �6 4. The maximum depth from the finished grade to the pipe invert is 5'-0 . 5. The taper on the sides of the precast base section and riser section shall not exceed 4%. yd �0•1 .yA d01• 6. Frame and grate may be installed with flonge down or cast Into riser. 5 / \ S•• 12" Riser Section / 12" 2 03 Bar hoop fN y ? / Precast Base Section / '•• (Measurement at the top of the base) A , 13 Bar each corner----- /I 2 � e CATCH BASIN TYPE 1 13 Bar each side I ADOPTED •} Bar each way r CiTY OF RENTON Standard Plans A ze-ts Revised precast ease section and notes. I �N Last Date 5/26/1995 S-T-t) Revised notes and resl"d. �!0 BO12 DATE avl;l�,a n, �PPk'D Plan No B-01 SP PAGE odaODp Frame and grate NOTESI (see Standard Plan I . if wire mesh is used as on alternate to rebar, it v for detail ) shop not be placed in the knockouts. 2. The bottom of the precast base section shall be a minimum of 4" thick and may be rounded. p 3. Knockouts may be on all four sides. Pipe to be JO installed in factory supplied knockouts. Hole size shall 1A 20 • be equal to pipe outer diameter plus catch basin wall thickness, 26" maximum. Riser Section 4, The toper on the sides of the precast base section and / riser section shall not exceed 4% . One 13 Bar hoop for 6" 6" or 12"Two 63 Bar hoop for 12" X. may S. Frame and g y rote be installed with flange down or ' cost into riser. p 6" Reducing Section 6•• Timo 13 Bar hoop \a�/,y 9•' Precast Bose Section y1 2 (Measurement at the top1 of the base / 13 Bar each corner I ti I I CATCH BASIN TYPE 11 •vr+s.n• "~011/10l ADO y5� TTD •3 Bar each side (r�'' MY OF R CRY OF RQRON • Sa,dud►1•n +-t�-+++wi••• ww,+w•wt,ln«�rw. l.sl D+k S/7NI99f al 1 •3 Bar each way +•�-+�Mvl••1.Iw«.wl.... .91 Y ••,+ •l,i+I•• �� �•• A..W.n Al• SP►Ace I O 14 r r� rr rr r� rr rr rr r r� r r� rr rr rr r� rr ar rr� NOTES I . Proprietary catch basin step3 and approved alternate plastic loddersore acceptable. •6 Bar S of 7f centers �t='ice tom fa or approximately ce - 2. Catch basin step legs shall he parallel bottom with I'" MIN cover �� v roddial at the option of the manufacturer, except that all steps in any catch basin shall be similar. 2' 111 II 1 Penetration of the outer wall is prohibited. C Iear Once I 1 1 TYP �I�I�( 1 \ 3. Opening in top slab may be 242" x 20" x 24" DIA. y .•t� I /I 1 2' MIN � 4. As an acceptoblee alternate to reDar, wire mesh may be used. 96" TOP SLAB TYPICAL ORIENTATION �3 FOR ACCESS AND STEPS R •5 Bars at 6" centers bottom face with I MIN cover 2„ 12" MIN x TYP Cleoronce i •B Galvanized deformed rebor {� ^ Z \/ � : u II �{ Center to center HANDHOLD 12 "'" rr"a � 12"" N 1 N 72 TOP SLAB u ;, „° PREFABRICATED LADDER CATCH BASIN STEP DROP RUNG CATCH BASIN STEP 14 Bars at 6" centers /� bottom foce with I MIN Cover 2 1�� MISCELLANEOUS Clearance TYP 1r5-1 24- 5 CATCH BASIN DETAIL wwlsrorl 1+•1t K•M+.{•+a nr.w+•na a.rl•, .•wl.c+e. ILO"I '3 Bar (See Note 4) •' 1:=J 4 1"� clearance' ADOPfYD 1�� Crry OF RENTON GRADE RING • • Surdsrd Elio 48", 54" AND 60' TOP SLAB +., ...I,.. ..^^.'.'... � - -- "u O.It SRNI99t , S-1•{J M•I•N.«.IM Il.w.{I�..wM tir^..^I►.,•. {A uo�✓SS o•+t ""'I{10`_ _.._ _ " ""o Mon No B-0IL SP PAGE.Rn r rr r +,r rr �r ■s r rr rr rr rr �■r rr rr �r r rr rr 1 --{� 1/2" WEB 8 PL. 1/2" x 3" x 3/8" NON-SKID PATTERN CAST INTEGRAL ON TOP 26-3/8" �0 Ada= a n 25-1/4., gaP 0 0 24' 1„ 0. 1 `° 1-1/4„ 23-1/4 1. 3/4" FRAME (NON-LOCKING) COVER (NON-LOCKING) 33-1/4" FOR 5/8"-ll N.C. x 1-1/4" SECTION A-A A S.S. SOC. HD. CAP SCREW (3 REQ'D.) TYP. NON-SKID PATTERN 5/8 3/8„ r 1-2/8" 1/2" TYP. A >°p�pdpo B T 0 o OU o 1-7/8" TYP. 1" SEAT 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 AND TAP 5/8"-11 N.C. 1-1/2" CORE (TYP.) (LOCKING) ON 23" B.C.(TYP. 3 PL.) FRAME (LOCKING) COVER (LOCKING). MANHOLE FRAME AND COVER NOTES: 1. FOR NON-LOCKING USE OLYMPIC FOUNDRY No. MH 30 OR EQUAL. r4iADOPTED 2. FOR LOCKING LID USE OLYMPIC FOUNDRY No. MH 30 D/T OR EQUAL. CITY of RENTON 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), =„ STANDARD PUNS SANITARY (SPECIFY "SEWER"). OR WATER (SPECIFY "WATER"). L.ST DATE: 12/96 10 17 9 Ea�1•e no1.•• IDCVI AG DWG. NAME: BR29 SP PAGE: 8074 AT R I I N Y APPR' rr rr r r rr rr rs rr irr rr rr err err rr rr �r r rr �r 2 5" 2 1/2" CEMENT CONCRETE CURB 31" GUTTER ' CATCH BASIN VERTICAL CURB WALL SEE NOTE 1 EXTRUDED CURB LEVEL PADS (16) 3/4"X 2 1/4"X 1/8" I PLAN 18"x24 9/16" 1 1 2" (+1/32 0, " TYP) / -- ----- - 4„ GUTTER �► 16"x22" --� CATCH BASIN WALL 3/4"17 3/4"x233/4" EXTRUC�U (+1/32", -0" TYP) SURFACE WATER UTILITY 25"x3l" CATCH BASIN FRAME & GRATE DETAILS (SHEET 2 OF 2) NOTES: ELEVATION ADOPTED 1. DRILL AND TAP FOR, AND PROVIDE. TWO LOCKING BOLTS 5/8"-11 INC STAINLESS TYPE CITY OF RENTON 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. STANDARD PUNS s. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH MATH FRAME. IST DATE: 12/96 FRAME IS OLYMF'IC FOUNDRY /SMSO OR EQUAL. Y PR DWG. NAME: BR—18A SP PACE: 6020 +r r r �■r r �r rs r rl� �r r� r �r � i■r �r r �r rr 1 1/4" FOUNDARY NAME 7 1/4" FOR MACHINING - 3/4" 11 1/2" LETTERS RECESSED CLEARANCE 1 1/4" TO BE FLUSH I I - BAR 1" THICK 1 3/ L L , TYP. 4 PLACES WVN N O Q �� � � BARS 1 5/8" THICK °O I U THIS AREA O BARS 1 3/8" THICK THIS AREA 4 I L a r � ~ 1 O 3 S1NV1l1llOd ON dWn raV381S Ol 11V31(10 — TOP VIEW Z 2 BOTTOM VIEW 2 1/2" c^� 2., 7/16" 23 3/4 0 LEVELING PADS A END VIEW 8 — 3/4"X 1 3/4"X 1/8" 7/8" TYP. SLOT 1/16" R=7 1/4" 1 1/4" / 1 3/8' 1 3/4" — 7/8" 3/4" ROUND ELLIPTICAL TANGENT BETWEEN TWO RADII 23 1/2" T E3/4 OPTIONAL DESIGN FOR (;RATE OPENING ENDS 1/2" SIDE VIEW 5/8" SURFACE WATER UTILITY NOTES: CATCH BASIN FRAME & GRATE DETAILS 1. SLOT FORMED AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEADSLOT DETAIL (SHEET I OF 2) (ALLEN HEAD) BOLT. CCeR)) ADOPTED 2. GRATE SHALL BE DUCTILE IRON. CITY OF RENTON 3. SHALL CONFORM TO SEC. 9-05.15 OF THE STANDARD SPECIFICATIONS. STANDARD PUNS 4. USE VANED GRATE IN CURB LINE. M DATE: 12/96 5. USE FRAME SHOWN IN STANDARD DETAIL D-7. 6. GRATE IS OLYMPIC FOUNDRY #SM50G OR EQUAL 1 12/95 IREFORMAT TO 11 x17 I DCJ Dr I DWG. NAME: BR—18 SP PACE: 8020. T R I I N Y PPR' r� r� r r r� rr rs rr rr �r rr rr rr rr rr4 �r rr rr rr 23 3/4" _ J L _ J U c= E_ c FOR SLOT DETAIL SEE �v STD DETAIL DWG D-7 0 0 0 c 00 0 ul 17 3/4" c m > z z m L7 r--� IF LOW -� r--� r--" 2.. LEVELING PAD (6 MIN) --, _� 1/8"X 3/4"X 2 1/4' 5' DRAFT 1/16 NOTES: 1. SELF-LOCK VANED GRATE MANFACTURER SUBJECT TO APPROVAL BY ENGINEER. 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. NOTE SLOT DETAIL. SURFACE WATER UTILITY 3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06. VANED GRATE 4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED ON BORDER AREA. ADOPTED 5. SHALL CONFORM TO SEC 7.05 OF THE STANDARD SPECIFICATIONS. Alr'_LCITY OF RENTON 6. WELDING IS NOT PERMITTED. . • 7. EDGES SHALL HAVE 0.125" RADIUS, 0.125" CHAMBER OR COMPLETE DEBURRING. STANDARD PUNS 8. USE A BI-DIRECTIONAL VANED GRATE IN SAG VERTICAL CURVES. LST DATE: 1]/96 124RP IREFORMAT TO 11 ■17 DC DT DWG, MAME: BR-02B SP PAGE: BO19 I PR' LANE LINE MARKING 7,-8,. STANDARD VEHICLE WHEEL PATH 3' 4.5' 3' MIN. MIN. MIN. > > ACP CLASS MIN. MIN. 'E' OR 'B'' 6" CRUSHED SURFACING 2" CLASS "B" TOP COURSE 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL EDGE OF CURB & GUTTER, WITH AR4000W L OR CENTER OF LANE LINE MINIMUM ACP CLASS 'E' SHALL BE: MIN. PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS CRUSHED ROCK, FLOWABI.E FILL & INDUSTRIAL ACCESS STREETS - 6" ACP CLASS 'E' OR 'B' OR AS REQUIRED BY ENGINEER RESIDENTIAL ACCESS STREETS - 2" ACP CLASS 'E' OR 'B' LANE WIDTH OVERLAY "NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT - FOR FLEXIBLE PAVEMENT ONLY PTE SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR GSA n.� CITYOOF RED NTON DETERMINING PAVEMENT THICKNESS. _■ + STANDARD PLANS T� M DATE: 12/96 GATE REVISION I BY JAPPR'Dj DWG. NAME: HR-05 SP PAGE: H032 1' 1 ' 2.5' MIN MIN MIN MIN MIN 6.5' MIN. 1' 1' 2.5' MIN IN MIN IMIN MIN 2" CLASS 'B'-J FACE OF CURB OR EDGE OF PAVEMENT * 2" CLASS 'B' ACP CLASS 'E' OR 'B' 6" CRUSHED *2" TO 6" SURFACING TOP COURSE CLASS 'E' CENTER LINE OR OR LANE LINE CRUSHED ROCK, CLASS 'B' FLOWABLE FILL OR AS REQUIRED BY ENGINEER TYPICAL PATCH FOR FLEXIBLE PAVEMENT 6.5' MIN. WHEN PERPENDICULAR TO 2" DEPTH OF ROADWAY CENTERLINE GRIND OR SAWCUT AND REMOVE tp ADOPTED CITY OF RENTON ♦ STANDARD PLANS LST DATE: 12/96 * SEE DWG# HR-05 FOR MINIMUM STANDARDS I IDWG. NAME: HR-23 SP PAGE: H032A DATE REVISION BY APPR' R/W I I - -- - - I--- r- - - --- r-- -- 12' MIN. EXISTING 6" SEWER STUB (REMOVE TO R/W) -J EXISTING SANITARY SEWER (REMOVE) CAP I� j ------------ - 6"x 4" REDUCER EXISTING SIDE SEWER r-- 6" WYE 1/8 OR 1/16 BEND AS REQUIRED PROPOSED 6" SEWER STUB NIS MAIN RUN SIZE X 6" TEE TYPICAL STUB CONNECTION FOR SEWER REPLACEMENT ADOPTED v~ CITY OF RENTON PROPOSED SEWER MAIN . . STANDARD PUNS lST DATE: 12/96 Y PR' DWG. NAME: BR33 SP PAGE: 8079 PROPERTY LINE 31-01• MIN. 6•-0•• FUTURE 6" BUILDING SEWER PIPE BUILDING SEWER W z 2"x 4" STUD SERVICE MARKER PAINT UPPER TEE WITH 6" SIDE OUTLET J PORTION WHITE ANS STENCIL ON SIDE >- WQRDING 'SEWER' WITH 3" HIGH BLACK LETTERS. AND H6 WIRE WRAPPED AROUND THE STUD AND 6" SIDE SEWER AND BUILDING SEWER w I EXTENDED TO THE TOP OF THE STUD. 0 Oa* r 0- UNLESS OTHERWISE APPROVED BY THE CITY, MAKE TAP THROUGH CAST IRON SADDLE SECURED TO SEWER MAIN WITH STAINLESS STEEL BANDS WHEN CONNECTING NEW SIDE SEWERS TO EXISTING MAIN. VMAIN " ALLOWABLE MAX. VITRIFIED CLAY, PLAIN AND REINFORCED CONCRETE, DI PIPE AND CI R CAST IRON PIPE PIPE SEWER MAINS ARE TO BE CORE DRILLED DUCTILE IRON PIPE. 1 3 S MixRETE BLOCKING2% MIN SLOPE0 HORIZONTAL 6„ MIN. SESEWER MAIN STANDARD SIDE SEWER INSTALLATION CONCRETE BLOCKING ANGLE (SEWER MAIN TO PROPERTY LINE) OF TEE AT MAIN OVER 25 TYPICAL SIDE SEWER ELEVATION ELEVATION ADOPTED CITY Or RENTON gem , NOTE om UNLESS OTHERWISE SHOWN ON PLAN, SIDE SEWER SHALL HAVE A MINIMUM 5' COVER AT PROPERTY • Standard plans LINE OR 3-5' LOWER THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER. tar DATE: 12/15/91 By P DWG. NAME: BR39 SP PAGE:8078 M M M >� FIGURE 5AAK GRAVEL AND WIRE MESA FILTER 18" Min . Gravel ( 12" Min . depth ) Runoff Water with Sediment _ �-�-- ,:,, - o ^IIII ill►►�'� I- + mt►_�,'I�I-11�1 -=-�ul =.=���^ p0 vv I�jl�- \--Sediment -Filtered Wire Mesh with Filter Water Fabric on top FIGURE 5.4.4J BLOCK AND GRAVEL FILTER Wire Screen- Gravel Filter ' Overflow Concrete Block ,,Mire Screen Filtered Water Runoff Water with Sediment ONE Ms IV C Sediment s' Drop Inlet with Grate FIGURE 5.4.41 FILTER FABRIC FENCE MET BARRIER Drop Inlet with Grate � Stakes . Y 4 Filter Fabric Stakes - Filter Fabric Runoff Water ,Washed Gravel with Sediment Filtered Water Buried Filter - Fabric Z 8" FILTER FABRIC MATERIAL 60" WIDE ROLLS. USE STAPLES OR WIRE RINGS TO ATTACH FABRIC TO WIRE. 2" BY 2" 14 GA. WIRE FABRIC OR EQUIV. I I I NOTES: II t 2 -0 I I 1 1. FOR SHEET RUNOFF OR FOLLOWING DISCHARGE FROM A II 1 SEDIMENT TRAP OR POND. II 5'-0" BURY BOTTOM OF FABRIC 2. MAXIMUM SLOPE STEEPNESS PERPENDICULAR TO FENCE II �" MATERIAL IN 8' BY 12" TRENCH LINE IS 1:1. --+I-- ------ ------I+--- 2'-6' 11 1 3. MAXIMUM SHEET OR OVERLAND FLOW PATH LENGTH TO 6' MAX 1 II THE FENCE OF 100 FT. II u u 4. IF 50% OR LESS OF THE SOIL, BY WEIGHT, IS FINE PARTICLE` SMALLER THAN THE U.S. STANDARD SIEVE NO. 200, THE EOS SHOULD BE EQUAL TO OR SMALLER THAN THE SIEVE SIZE THAT 85% OF THE SOIL CAN PASS THROUGH. FILTER FABRIC MATERIAL 5. THE TRENCH SHALL BE BACKFILLED WITH 3/4" MINIMUM 6" DIAMETER WASHED GRAVEL. 2" BY 2" BY 14 GA. WIRE FABRIC OF EQUIV. 5. FILTER FABRIC FENCES SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE, BUT NOT BEFORE THE 2'-0" UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. 5'-0" 6. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY PROVIDE 3/4" - 1.5" AFTER EACH RAINFALL AND AT LEAST DAILY DURING WASHED GRAVEL BACKFILL 12" PROLONGED RAINFALL. ANY REPAIRS SHALL BE MADE IN TRENCH AND ON BOTH SIDES IMMEDIATELY. OF FILTER FENCE FABRIC ON ---� 8" MIN. THE SURFACE. 2" BY 4" WOOD POST FILTER FABRIC FENCE DETAIL ALT: STEEL FENCE POSTS. ' ADOPTED A PIN CITY OF RENTON BRUSH BARRIER + NTS STANDARD PLANS LST DATE: 12/96 DATE I REVISION 18Y LAPPRJ DWG. NAME: BR21 SP PAGE: 8066 � SITE PHOTOS i i 1 1 1 1 1 1 i t � !V i 1 - it �. �s `• �_ `� �Mtn S�t�}S? t :r•�� t ' • • -••- �=,�. �t � ?�~may �y� i t. ti•. _f al »: �• ,� � • �" Y ��" r'*r rid''t71t r' 1��(�a� `,�Y �,'• \ ' •.] '.t '�, fir• � .' � t `y, r! • • Lake Wash. Blvd •• • easttoward ..s.. . ROW. Area i • • i ,.. �.. ,.•.."._fir sue. -: - �' ",_! 7,j..{ Photo#5 N 34th St ROW Looking east. Rockeries - • •(left side of photo) si,�•1�a _ —28" dia tree to remove. „e- Photo#5 N 34th St ROW Looking west from a,•.`_ .R....:.�.•- :_.,�r �' _ Ems,- ry� J Y - w , Burnett Ave. ,u 28" dia tree to remove a to left of -- sign. '. gh t i 1 CONSTRUCTION PLANS 1 1 1 1 1 1 1 1 1 1 1 1 GO CITY OF RENTON M 1 N t LAKE WASHINGTON BLVD / BURNETT AVE N 1 STORM SYSTEM PROJECT SWPm27-2837 1 SHEET 4 a SHEET 5 NND 1929-rISROE L� errs a/ea M Liz�eefle tlr i r. ""�5 ,:,: I z p n w /'� m 1 I IM , �a 9�—a JIDfi1g6) rOFY/SRVIi OURS tJ / WA- °�` ow a ru —.i,>.,y'� \ •µ«.Ye:, I - Rmoac o"n or° s¢mw�oeo L 8 sEE mK os � I is_� sec ocnn.rRc � t ��µ i �� - erRctt9¢�2w — - _-_ — __ -_- _=r_--I `�Roart Ix l er �tl R¢wwa z•w +.x= � /�'�0'� ao, �-- rn r R�uac oasrw�ww..oane \ / EL m.vIx. tr �. rl a,o I w>c tx.se I I ,�° " �— �. I ' ����Ro I a I B U R N E T T A V i E.i N.; m` � uT ,� ,9,.,..,.«., I ,:I .�aP r %I 1� n'�i— saa LMj e B U R N E T TM A VI E.I N. clj + n .n M � STREET MONUMENTS NORTHING FASTING ELEV. DESCRIPTION \ � \ wear m Rtnoa>r tx m .m• �� m,,�,�A \ I � — aA� e�wteA»,o,e�.R� 40 zo o so so izo 193,736.26 1,301,208.38 63.01 MIC N.35th ST./BURNETT AVE.N. SCALE IN FEEr 193,470,61 1,301,019.96 75.92 MIC N.34th ST./BURNETT AVE.N. CITY OF RENTON 193,204.95 1,301,011.54 79.85 MIC N.33rd PL./BURNETT AVE.N. CONTROL NETWORK ASy/N�'TO \ \ \\ 9 VERTICAL CONTROL ER, Ist DATUM192,939.29 1,301,003.12 90.80 MIC N.33rd ST./BURNETT AVE.N. 1 N \ µ4°\,,,,,a,e, ERTI NA CLASS V CONTROL DATUM 192,673.64 1,300,994.70 101.20 MIC N.32nd ST./HORIZONTAL CONTROL BURNETT AVE.N. 2ND ORDER, 1st CLASS NAVD 1983/1991 193,158.95 1,300,647.22 43.99 BRASS CAP PRC LK. WASH BLVD �., 193,547.43 1,300,853.47 44.08 BRASS CAP PT LK. WASH BLVD. 1 \\ \\ STREET STATIONING T LAKE INTERSECTION BLVD. AND BURNETT ' AVENUE N. BEGINS AT THE INTERSECTION OF LAKE WASHINGTON BLVD. AND N. 34TH ST. 5+00 LK.WASH.BLVD.= 0+00 N.34TH ST. CONTROL POINTS USED: CITY OF RENTON CONTROL NETWORK MONUMENTS NUMBER 1836, 1886, AND 2116. SHEET 2 1 — J.sl 1 QO��pF WAS/fGy"9�P a Q' SYONALE� 8- O0 O(pYiL-51GMW1'1 € RINGEL & ASSOCIATES BASE SURVEY CERTIFICATION LAKE WASHINGTON BLVD/DRINGEL. 'q I HEREBY CERTIFY THAT THE HORIZONTAL AND �A, SHOWN ""�01fbN'O1°"f°" ® CITY OF � 6/02/00 VERTICAL LOCATIONS OF THE TOPOGRAPHIC DWC � BURNETT AVENUE NORTH RLS P.O. BOX 742 FEATURES SHOWN HEREON ARE THE RESULT OF RENTON ID.A J98236 CASCADE IDAHO A SURVEY MADE BY ME OR UNDER MY DIRECTION. WC.Rjs DATUM I Planning/Building/Public Works Dept. STORM SYSTEM PROJECT SWP-27-2837 WA. /23613 83811 MT. #7917 (208) 382-4230 F.D. RINGEL L.S. 23613 DATE:5/25/00 NO. REVISION f3Y DATE APPR RJS Tl --)7 � -7n 1 N \ i' SSMH 48" .� G r SnJ _GRASSY i y2 \� \ REBAR & CAP f0 \ RIM 63.30 A.C , \ { a NM0 Sp \ INV E 58.67 EL. 56.89 ENV W 58.57 OD< LOC -`WALL M0 \ 25' %o s '�\ \� 2sIL��AWINC�`e --� \ zo ���N TOP 44.13 ' INV N 42,46 °per e� I r-z 20 10 0 20 40 60 INV S 4242 BRASS CAP C _\` $4 / �'36__ \`` �O �T 4,.98 \, P 5���.. NOI'lE 8" TIMBERS AL G SHWLDE I °a ` EMOVE, SAVE, AND R PLACI AFTE � SCALE IN FEET g WORK IS COMPLETED. \ HSE ' \ a OF RENTON CONTROL NETWORK \ 22-TYPE �__ , I cs rrP n 6o'BRlcx VERTICAL CONTROL DATUM \ rOP 4101 \ \ -�-� 44� REMOVE�1( CB PIPES q REMOVE EX CB 3RD ORDER, 1st CLASS \ INV N 42.05NV 4504JhFTi@ 51DESEWER \ I INV N 36.37 NAVD 1968 \ \ 9'41 65 \ sow 1� \ \ u,a ao:'ea - INV NE 39.00 HORIZONTAL CONTROL DATUM \ CC Or„ \ \ INV S*38.50 \�. SSMH 48" FF'O, COvc �\, \ IN,5 so 4s '�-fI� iNry w s}zo 2ND ORDER, 1st CLASS \ RIM 43.69 *s AFC),@ Rfr v.�\' \ 80T 39,E 1 I I SOT 32.97 REMOVE PLANTER AND TIMBER AS NEEDED NAVD 1983/1991 \ INV NE 35.33 \ 4-�' '4QETr �� Ce,{r\ < ��,>e \ INV NE 34,96 1.3 \ ?' �\ g SAVE AND PRESERVE PLANTS. \ Na\ H I ( REBUILD DRIVEWAY, PLANTER, AND REPLANT \ �v NNE 34.s6 \ SO 7A, <T �\et \� ��6 AFTER NEW r8-TS-INSTALLED. ��k v v ODMGR �°oae��� v 46,ssEw twE, SSMH 46" LEGEND \7\ ;NV S RIM 35,4 2.87 ��' //� CB /1 INV N 35.300 WM E WATER METER FH 0 FIRE HYDRANT G \ \ n�yr 6 WV e WATER VALVE �On W WATER LINE 3SPRU�CE GV ® GAS VALVE 12"CONC SO STORM DRAIN LINE 3'ORNAMENTAL CB CATCH BASIN SS SANITARY SEWER LINE SSMH SANITARY SEWER MANHOLE TIP 42.6� G GAS LINE uB INV NSW 4o:52 MB 0 MAIL BOX PAVEMENT RESTORATION `36 \a- � `v \ s\ DOT 4022 V x—x— FENCE `'� POW VLT 0 POWER VAULT CITY DETAIL H032 LANE WIDTH OVERLAY - BURNETT AVE N '\ �ROgp \�'o ,e� \ \ \ UGT UNDERGROUND TELEPHONE CITY DETAIL H032A TYPICAL TRENCH PATCH - LAKE WASHINGTON CROSSINGS BLVD, 1 32 ��' Ol(\)`(\ \ UNC UGP UNDERGROUND POWER c, + INV 41.37 ALL 12" PIPE CROSSINGS ON BURNETT AVE - 2 '� \ \ \P \ .,@ q ter, � \ +k---o STREET LIGHT REBUILD ALL EX. ASPHALT CURBS, AND NEW CURBS WHERE NOTED. —e@\ \�°\� MIC ® MONUMENT IN CASE ' RESTORE ALL EX. PAVEMENT MARKINGS. _ \ 3s\' \ LAKE WASH. BLVD IS AN ARTERIAL COLLECTOR, USE 6"+2" ACP (PER DETAIL H032). te \ v S SIGN o \ TJB TELEPHONE JUNCTION BOX THE PATCH ON THE BIKE LANE SHALL ENCOMPASS THE ENTIRE BIKE LANE. SAWCUTS SHALL BE PERPENDICULAR TO THE LANE. ,�z �` "' �"\ �3s \ NEW STORM PIPE AND CBS BRUSH _� -a, TO-34a \ \ IRT INV 6E 27 9 NOT sy `ftio� INV NW 2w 27 52 80 EDGE OF CONCRETE BASED ON SURVEYOR'S MEASUREMENTS ' DURING LAKE WASHINGTON BLVD. REBUILDING PROJECT sF \ GRASS BY CITY OF RENTON TRANSPORTATION DIVISION 1996 PLAN VIEW — 1--20- NOT _. ............. ........ ... .. ....... . . ......... ._..... .. ... ........... . ... .._.__ ..__._ ._ .... .._... ........ .................. .. ___. _ .. .. . . ... . ........... _ ............... ........... .... :..... ....... ....... .. .. :: .... .... ... .... ....... .... .. .. ....... .. ..... ... e s shall have solid YPI 2. Type l CB profiles are alongpipe lines. .... ..... ..... .... ... ... ... ... ... .... ..... .. ... ., 3 et 0.1 feet below _............. .. _.�. .......,.., ......... ............., ...... .... .. ...... ....... .... .... ..... .... .__... ....... .. ...... :.... ... .... .............. ...... ... 4 .. ...... : .. ... C$ 1 .... .. .. ..... adjaccentaground allevel.s CBS:3.tYPE 2 8.:. CB#2.TYPE 2:48 PP ...... ..... .. ... .... ... ...... ..... ... 4. ...:..... .. .:.. .: : .:::::: :..... .::::: STA. 4+94, TB RT ...s:::..... STA. 4+19,22-RT .. ... .. .... .. .. .... .... ... es - � TYPE 2 48� � � Adjust T 1 CB�s to locate at low points, _. ...... . s...... .... ........_. ...__.. ... .......... . .........a. . . . . ...._. .......:... ....... ..... ........_. .......... .._... .. ..... . . ..__........... __......... ..................................... ...... .. ... SOLID L4CKfNG LID : FRAME AND GRATE :..SOtID''LOCKING LID ...... .. .... _ .... ... .. ........ .. ...... .... ..... g ear existing . RIM:EL .44 t .:::: .:::::: ::RIM'.EL=j 42:45 �.... in flow lines, and to .... ...... ..... - ..... .. .. ... ..... .... ... landscaping,lit . I::.... ........ :I .. .. _ ..... ... .. .. ... ..... ..... ... planting, surfacing, and(structures isurbed .. ...... ... ..... .... .... ..:29.E.IEx.90.00.... .. ..:24"N 18E 37,25 .. .. RIM EL 43 72 ...... .... _._.. .. ...... ........ 4" .I ._ 00 ..:.!.. ......... ......24"S1E=37.25 .. _. ....... ..... .... .... ......... ....._ ..._ construction. ... .. ... .. ... .... ;...2..S.E..3$, .;. .... ..... .... .12'E IE 2© ... .... .. .. ..... .... ... ... ' ... _ l.. ...... ......... ...... .:...12"N IE= 41.30 ::.. :: �39.00 ::::: :::: :: ::::::. :::: :::. ' - - - I ' R-MOVE REMOVE 45 - UTILITY Contractor shall be responsible for verifying _.. ...................._. .__....�. ......._...... .._.......... ....:.......... ._:_.___. 4.._. .. ....... .F. ........ .. ._. ...._,...... .,..... .. ....... ....... __. _ ..... _. .. ....... ...... .. ...... Po Y 9 ............ .:.........:.........: ..DEFLECT:EX 1T SD ........ ..I__.... ......._ ..... .... 1.... ....... .... ....... .- .. - .. ....... .... ... the location, dimension, and depth of all existing E 12S IE 385,' .... .... ...... .. ... .. ... ... ..... .... .. INTO CB(J 3 � ..... a project _. ......... .. :... ..... ........,, _.._.... ; ..... ...... ....:..._... ...y.. .. ....... .. .. _.._.. ...... .... .... .. ....... .. ....... .... ......- :.:. utilities within the whether shown on these lans or the ' :: Ex!12'so 0.:_ ^-- -- - . .. .''. the vertical and horizontal locotioi^itiPsiornto construction. ..... .: .... ..... ... .... T - -- ... ... ... .. ..... ... ... .� �: fX 12 ��� Ex'12 SD The utilites shown on the pions are based upon the ..-.'..._...:._.. . _. .. .._..... ....... . .. ..._:..: ._ . .. .:...:.. .:...:.. .:.... .... . ...... _ .......... ..... .. ....... .. . .. .. .. ..... .. ............. .......... . ...___ ..... lotion. ....:.... i......... .........:.........:....... .... ... ....... .. .. ..... ..... ....... ..... .... _,...,.... � Sr`„;,, i, ,�. �r, ...: 40�' unverified public information and are subject to variation. u_ If conflicts occur the Contractor shall consult the .:... ... .... .INSTALL'CB BASE'Al ....... ...... .... ... ....:. ...i .::::.. ...... .... - .. .. ..... .... .. ... .. problem prior to L project engineer to resolve the ro m ri .. ... .... .... ... ... .. ... ... .. ... proceeding with construction ... ..... __.... ...__.. -SAME ELEVATION AS SEWER ...... .. .. .._ _.... .... ..... ..... ... P 9 .. : ... .{ .. ... .... .. ..... .. _ .... ... ...... ... .. .. .. ... .. . ... ,:.. ...... ..... .... .. ... - i .... ... .. .. .... .... .. ... .... .. ... .. ... - y - _ - .. - _ .. .. .. '.:.Ex 11 SD ... .. ... ..:.: .:.... _ .. .... .. ..... .. ... .. .... ......... �.... � ... .. DEPTH ...... .. .. ...... ... ...... .. ... .... �KTH - li .: .EXISTING 8':SANRARY SEW LINE;. : :: UN .:: _. R R - .: :: . :: :: :: I PERE.CITYODLTAIL R F NE�DED� - :: .: . .__. ..... ..... ..._. _._ _.._.. _,. ..... ... 1: ..... ....... . . .... ... . ....... ..... 52 LF 24 CPEP.SO-i 1.0% i ( ... T..... gs . . .... .. _ ST. . I INAS ae _ . _....-_. .... .. ......... .... . ...1 .. . 1..... .. . CHECKED FOR COMPLIANCE 5+00 4+00 3+00 RECOMMENDED CITY STANDARDS AP FOR APPROVAL S-4I DaDate te '� 2�� 'PF TiT"C' STATIONING ON LAKE WASHINGTON BLVD. CENTERLINE BY D °� &"� �sS ON LaLA�NGVd GROUND PROFILE ALONG NEW STORMWATER PIPELINE BY Date �s,a�ero `IO E RINGEL & ASSOCIATES BASE SURVEY CERTIFICATION D.RINGEL a/oz/oo I HEREBY CERTIFY THAT THE HORIZONTAL AND 1"=20' �' CITY OF LAKE WASHINGTON BLVD./ VERTICAL LOCATIONS OF THE TOPOGRAPHIC DwC RENTON BURNETT AVENUE NORTH RLS P.O. BOX 742 FEATURES SHOWN HEREON ARE THE RESULT OF u.+.k ID. #986 CASCADE. IDAHO A SURVEY MADE BY ME OR UNDER MY DIRECTION. MDD.OWC WA #23613 83611 D we RUS d�� Planning/Building/Public Works Dept. STORM SYSTEM PROJECT SWP-27-2837 MT. #7917 (208) 382-4230 F.D. RINGEL L.S. 23613 DATE:5/25/00 NO. REVS ON HP DALE APPR Dus � 2 �5 Tl