Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272344(7)
Award Date: C 2 z F 9 9 9 — z 2 6, 8.31. 3 CAG - Awarded To: r(ar1ow C0-oy1rwe {70,, r CO 30S7 S-- ,rJ vi ,e— Ci+. wq _35 FILE (OPI StNP -2.�- z3yy �Y City of Renton Bidding Requirements, Forms, Contract Forms, Conditions of ` the Contract, Plans and Specifications � N �O City of Renton N 40th STREET / MEADOW AVENUE N STORM SYSTEM PROJECT PROJECT NO. SWP-27-2344 City of Renton 1055 S Grady Way Renton, WA 98055 Surface Water Contact: Daniel Carey (425)430-7293 '® Printed on Recycled Paper Harlow Construction Co., Inc. 3057 SOUNDVIEW CT / GIG HARBOR, WA 98335 (253) 851-2287 FAX (253) 856-4886 MARCH 23, 1999 204/001 CITY OF RENTON ' PUBLIC WORKS DEPARTMENT 1055 SOUTH GRADY WAY RENTON, WA 98055 ' 40TH STREET MEADOW AVE. N STORM SYSTEM PROJECT. RE: N / ' ATTN: DANIEL CAREY, P.E. BELOW IS A LIST OF NAMES FOR PROJECT MANAGER, FOREMAN, BONDING ' AGENT. PROJECT MANAGER: MARK M HARLOW ' 3057 SOUNDVIEW DRIVE GIG HARBOR, WA 98335 PHONE 253-851-2287 ' CELL 253-549-8102 PROJECT FOREMAN: JEFF MILLER 5844 WINNWOOD DR SE ' OLYMPIA, WA 98503 HOME 360-459-1642 CELL 360-789-4096 ' BONDING AGENT: RANDY CARR 4701 SOUTH 19TH ' TACOMA, WA 98411 PHONE 253-759-2200 ' Yours truly, HARLOW CONSTRU I . , NC. Mark r ow 1 A ' AMEIE�� K I l l INiIOlITY +pON IN Harlow Construction Co., Inc. 3057 SOUNDVIEW CT f GIG HARBOR, WA 98335 ' (253) 851-2287 f FAX {253) 858-4886 MARCH 23, 1999 204/002 1 CITY OF RENTON ' PUBLIC WORKS DEPARTMENT 1055 SOUTH GRADY WAY RENTON, WA 98055 ' RE: N 40TH STREET / MEADOW AVE. N STORM SYSTEM PROJECT. ' ATTN: DANIEL CAREY, P.E. THIS LETTER IS TO SERVE AS THE CORPORATION LETTER GIVING NAMES OF ' THOSE AUTHORIZED TO SIGN THE CONTRACT AND A SAMPLE OF THEIR SIGNATURE. MARK M HARLOW, COMPANY PRESIDENT IS THE ONLY PERSON AUTHO Z TO SIGN THE CONTRACT AND ANY CHANGE ORDERS. SAMPLE OF HIS SIGNATURE ' KARWM IfAgLOW, PRESIbEINT HARLOW CONSTRUCTION CO. , INC. 1 Yours truly, HARLOW CO UC O CO. , INC. 1 i ' a a oW 1 t KILL { INiI011it FIRST CLASS M.11 �tatc l( it �Vashingtun CS POSTAGE PAID l yrs>Jy OL1 NIPIA «'A ' PERMIT \0 312 DEPARTMENT OF LABOR & INDUSTRIES PO BOX 44450 OLYMPIA WA 98504-4450 ' HARLOV: CONSTRUCTION CO INC 3057 SOUNDVIEW CT GIG HARBOR WA 98335 Detach And Displav Cerdticate ' DEPARTMENT OF LABOR AND INDUSTRIES ' REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGIST. ## EXP. DATE CC01 HARLOCCO23KG 04/24/1999 EFFECTIVE DATE : 05/07/1998 HARLOW CONSTRUCTION CO INC ' 3057 SOUNDVIEW CT GIG HARBOR WA 98335 ' Detac't And Di.plac C-ntltl�ai� — 1 ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! �i NaRCITY OF RENTON BUSINESS LICENSE 1999 €0. A$ LO � � ............... � ) Licensee has made application for a City of Renton business license in accordance with the provisions 22309 4/1/99 3057 SOUNDVIEW COURT of Title V, Business Regulations Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with and all other City Code Ordinances, State Laws and Regulations applicable to the business activity licensed. Post this License at place of business. HARLOW CONSTRUCTION CO INC 3057 SOUNDVIEW COURT GIG HARBOR WA 98335 City of Renton Licensing Division 1055 South Grady Way Renton,WA 98055 (425)430-6851 DP 3133 12194 CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF N 40th STREET / MEADOW AVENUE N STORM SYSTEM PROJECT of WASH coo , CIS 9727 O w�iV �� FGIS7EP� � 'S/C)NAL��G�� r-XPtRES 10/16/�j City of Renton Planning/Building/Public Works Department February 1999 Prepared by: City of Renton Surface Water Utility Planning / Building/ Public Works Department CITY OF RENTON SWP-27-2344 N 40th StJ Meadow Avenue N Storm System Project CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Combined Affidavit& Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form *Proposal *Schedule of Prices *Subcontractors List ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal - Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulations Listing City of Renton Supplemental Specifications Special Provisions Traffic Control Information City 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 ❖ Submit at Notice of Award CITY OF RENTON Planning/Building/Public Works Department 1055 S. Grady Way Renton, Washington 98055 c:N 40th St./Meadow Avenue N Storm System Project/DWC CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Coundl of the City of RENTON, Washington, this 1thd2y of October, 1996, CITY OF RENTON: RENTON CITY COUNCIL: ayor Council President )Attesc City Cler} e:South kenton/BIDSPEC/MAB CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 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 WrM 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, tthis 4th day of October 1993. CITY OF RENTON RENTON CITY COUNCIL: Mayor ;' Council President Attest: City Clerk CITY OF RENTON SWP-27-2344 N 40th St./ Meadow 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 N 40th St./ Meadow Avenue N Storm System Project, as shown on the plans and as described in the construction specifications, to include but not be limited to installation of approximately: • 2100 LF of new 18-inch and 12-inch stormwater pipeline, • 13 Type 2 Catch Basins, • 10 Type 1 Catch Basins, • connecting to the existing stormwater system, • disposal of unsuitable material, • asphalt repair, • and cleanup and restoration. The estimated project cost is $300,000 to $350,000 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. c: N 40th St./Meadow Avenue N Storm System Project/DWC • Project Location i ���illlllll� �WWI Fill � �; 1�� ■ ®©=9Arn I ©® NO I .■ Isom,� a �. IIIIl11�1� •�® s— �®���Illulill� ■ A Project • • Meadow 000 North Storm System Project Scale: I Inch 3000 Feet City of Renton 1 ram_■■■ !■H■�� � ■ Ili' "i/� ■NS]■ ,�� llrrfr■���■n1■ ...� Nit■WT.B61l:i■11_ i� 1�= `� .. ■1■rN!'lUl■�1■11■R �� � \la■Yfiil9rC�H1■�We Stf:N ell IE�IIIi1 Ci ■IWI_ ���� �/� ■i111H!!�■�IrllNYii � ._�. � ■ ��9i:� f�1■N■" "�Cii111N1 i��� ,�4r��r■ !�■Ilraerlul�.fn■�■�' � j ,�� ��■ ■r�■■ReA111'.AIf■1■ �'�i _ �, i'J,�1i�i11rN1f1�i�3iW11/1■ � ��IIH■I 11111111!!lI.II■!'�11_ � � '� :�i�i�al r1alrl�■�iur:aallr■ WF1� � Project Location am AM � ��JS 11111■ri�ls�v�ci■Ir1■ - - 01111111111 gal _ i'�� � Mimi OW �, ■ al■�� ■■11�111 �i��l� y 11� i�.�ll��■■�. 11�1►L'��'L p �/� ■ �� ..IE'� CIE: it�l �► �A �.�Wei illlllll► s■. � I�t�1 Hi ■11 ■11� �� ��� �i MeadowProject Vicinity a 0 1000 North Storm System Project Scale: I Inch = 000 Feet City of Renton Surface Water Utility D.Carey .. t 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. 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. c:N 40th St./Meadow Avenue N Storm System Project/DWC t 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 "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 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. c:N 40th St./Meadow Avenue N Storm System Project/DWC 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. c:N 40th St./Meadow Avenue N Storm System Project/DWC CITY OF RENTON ' N 40TH St. / MEADOW AVENUE N STORM SYSTEM PROJECT SWP-27-2344 CALL FOR BIDS Sealed bids will be received until 2:30 p.m. March 16, 1999 at the City Clerk's office and will be opened and publicly read in the 7th floor conference room, Renton City Hall, 1055 S. Grady Way. The work to be performed within 45 working days from the date of commencement under this contract shall include, but not be limited to: Construction of approximately 2,100 LF of new 18-inch and 12-inch stormwater pipeline, installing 13 Type 2 Catch Basins, 10 Type 1 Catch Basins, connecting to the existing stormwater system, disposal of unsuitable material, asphalt repair, and cleanup and restoration. The estimated project cost is $300,000 to $350,000. 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 1 Works Customer Service Counter at City Hall, or (425) 430-7200. If a bidder has questions regarding the project please contact the Project Manager, Daniel Carey, at (425) 430-7293. - �h� Z�*� Brenda Fritsvold, Deputy City Clerk Published: Daily Journal of Commerce NA0.vtk a-i ITIC� t ,M4.x c�ln 1 1°I°t°1 Account # f CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought ' by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor d _o an purchaser recognize that to actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as ' to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti- trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM 1, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. ' FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT N 40th St /Meadow Avenue N Storm System Project Name of Project L �� nC ame of Bidder's Firm ' Signature of Au thorized uthorized Representative of Bidder ' Subscribed and sworn to before me on this day of�� 19GL9 4�1 Notary Public in and for the State of Washington • �Y i fteuo- ? Notary (Print) LI SO f S 1 My appointment expires:t[—a0-01 �th��`WASH�.•s c:N 40th St./Meadow Avenue N Storm System Project/DWC BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: That we, HART-CW CONSTRUCTION CO., INC. as Principal, and _ THE OHIO CASUALTY INSURANCE COMPANY as Surety, are held and firmly bound unto the ' City of Renton, as Obligee, in the penal sum of Five Percent (5 0) of the Total Amount Bid-- ----- Dollars, for the payment of which the Principal and the Surety bind themselves, ' their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. ' The condition of this obligation obl�i a.Ytion is such that if the Obligee shall make any award to the Principal for go m �s ergnt oje�t;bSF Lghy �e4 N. according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or ' bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay ' and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and ' liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 16th DAY OF March 999 . Harlow QQ Ps C. BY: ' Princ' al The Ohio Casualty Insurance Conpanv ' SuretV Lisa Kerstetter, Attorney-in-Fact ' Received return of deposit in the sum of $ C: N 40th St./Meadow Avenue N Storm System Project/DWC CERTIFIED COPY OF POWER OF ATTORNEY ,. THE OHIO CASUALTY INSURANCE COMPANY HOME OFFICE,HAMMTON,OHIO No. 31-938 'maim �11 fen bu These Resents: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority pranced by Article^VI, Section 7 of the By-Laws of said Company, does hereby nominate, constitute and appoint: Karin Swartm or Delem hL Loch or Randolph J. Carr or ftert E. Heilesen or Jack P. Sutton ar hhri.e Pwlin or Eric Zimr 2mm or Lisa Kefstetter of Tatars, Washingtcn - - - - - - irs true and lawful agenr and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, nor exceeding in any single instance FM MD_UCN - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (5 5,000,000.00 - - -) Dollars, excluding, however, any bond(s) or undertakings) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and. purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named artorney(s)-in-fact. In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty #F Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the s said The Ohio Casualty Insurance Company this 2M day of OftobW 19 96. SEAL =t Assisant Secretary ' STATE OF OFIIO, } SS. COUNTY OF BUTLER On this Z$ttl day of OCt&er A. D. 19 96 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came ' Llovd E. Gearv, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and chat the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and, his ' signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal at the City of Hamilton,State of Ohio the day and year r a v written. 3 = Notary Public in for County of Butl» State Ohio '�►„�m' ` My Commission expires A115t»5,_1997. ' This power of attorney is granted under and by authority of Article VI, Section 7 of the By-Laws of the Company, adopted by its directors on April 2, 1954, extracts from which read: ' "ARTICLE VT' "Section 7. Appointment of Atcorney-in-Fact, etc. The chairman of the board, the president, any vice-president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the'purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of ' insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political sub- division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the t Company on May 27, 1970:"RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, ' to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power t of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this date. 99 IN WITNESS WI-=OF,I have hereunto set my hand and the seal of the Company this 16th day off Ch A.D., 19 S E A Lr�� Assistant Secretary r CITY OF RENTON SWP-27-2344 N 40th StJ Meadow 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 in this improvement, and the method by which payment will be made for said work, and hereby ' propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: ' (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) ' Printed Name Signature Address: Sv V-1)V W ✓,�'� Names of Members of Partnership: ' OR ' Name of President of Corporation ' Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at c:N 40th St./Meadow Avenue N Storm System Project/DWC CITY OF RENTON - N 40th STREET / MEADOW AVENUE N STORM SYSTEM PROJECT SCHEDULE OF PRICES Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions. ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) (figure) 1. 1 Mobilization Lump Sum $ .�,� {Q°K, ar�l 4 °iao $ 14,6000- $ 6006, ' 2. 1 Co truction Surveying, Staking As-Builts Lump Sum $ awv� -5W 1A 1k �oa $ 5.BOOB= $ S.bGb�O 3. 1 Traft Control. Lump Sum $ $ 3,ow $ aa00°m ' 4. 1 Erosion Control Lump Sum $ -F... w.� "�.o $ '9 Od0 eV- $ a' 5. 1 Trench Shoring and Excava�i ems on Safety Systems Lump Sum $ 12��I"t�,a..�oc�.,..� 'd .o $ 600pO $ 6. 1882 18-inch CPEP Stormwat@r Pipg /L ' Linear Feet $ -�.�.�c.T.w-o E} ��/.o $ 'T pZ,e� $ ?qd(f'f 7. 254 12-in h CPEP� St Worm r P Linear Feet $ I1 K -d--w►c� �.o $ $ gig�� eo 8. 19 8-inch DI Storm Pipe Linear Feet $ 71tw 4 "�i�v $ 3o om $ �j 20 am 9. 1200 Furnish and Inst II Gray I Trench Backfill Tons $ /VA4;d, %a•o $ cl o—° $ 1 Qo 860°� 10. 150 Furnish andn Install Quar Spalls Tons $ l.c.rF,(iwt_ 4 /ate $ 'a eO $ 1 f gOD�� ' 11. 1 Con t To Exis,t�in,g CB Type 2� a_ Each $ v lv-O $ 00 $ 100°m ' 12. 2 onn ct To Existing CB Typ 1 Each $ `�.-o $ 00°o $ c.f OIL oo ' 13. 13 Furnish a d Install CB Type 2, 48-'rich - Each $ c�►.; w..4 2►,1t� ..�w.� °��,. �,gao°= $ 14. 10 Furnish and In tall CB TXDe 1 Each $ s.-.,°.w -* � i.,b $ 'T�'D $ ? Soo 1 ' IFITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Prices to be written in words) PRICE (figure) ' (figure) 15. 2 Furnish and Install CB Type 1 L ' Each $ 4 'V..•o $ g00a� $ I,%6Deo 16. 6 Furnish and Install QB Con etep10et Each $ f Z, $ 2665 $ Lt kz) So ' 17. 1 Furnl!5h and Install CB Cast_ etal let Each $ �r?� Ac�u T LP O $ JC'�� $ s6,0 oo ' 18. 19 6-inch DI Storm P' Linear Feet $ � , w•�. 4 $ 5 om $ Lt7S ao ' 19 1 Remove Existing Stormwater/MH Each $ '..-v�o t .anda�.� i� $ d eo $ O o� 20. 2 Remove Existing''CB,nnType 1/ ' Each $ �'Y'� .�. s� / i►a $ ���� $ ' 21. 40 Re r oovve and Di pose existing Stormwater Pipe Linear Feet $ 6"ja..., '%`.� $ (a ac, $ so 22. 10 Plug E *sit�n Pi es Each $ �'��O—W $ 56 — $ ' 23. 4 Lower Side Sewer Each $�,,.r� � �� $ ao $ 1 b`fD 00 24. 2,700 Pavement Saw Cutting Linear Feet $ btAJ?— 4 � $ oo $ a`Ile)d eo ;= 25. 450 Install CP Trench Patch and C rbs Tons $ /yc � $ Sq o� $ 26. 450 FurnisD qndInstall CrusheAGravel Surfacing 6 _ ' Tons $ iefl $ `J $ 27. 1 Rest or Com�Igto Project Lump Sum $ /hauo,�.�� �o $ 3 0 o % $ .3.CbZ�Ao Subtotal: $ ' 8.6% Sales Tax: $ 9. 5602 73 ' Total: $ �- 1 SUBCONTRACTOR LIST rSWP-27-2344 ' N 40th St./ Meadow Avenue N Storm System Project SUBCONTRACTOR LIST rRCW 39.30.060 requires that for all public works contracts exceeding $100,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract rprice. The completed Subcontractor List form shall be submitted as part of the bid submittal. Failure to submit the completed form shall render the bidder's bid nonresponsive and, therefore, void. 1 Complete one of the following for contracts that exceed $100,000: A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. Name: Title: Signature: ' B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) ' Bid Item (s) 191E Subcontractor Name r!0 )4W&C A-V 1,.!2j '012024> *W.0 rAddress e,6 a •)c ZE L` 3 7j G� pyt1�- + W,4, C!5?66 cF Phone No. -63 �- g,2 State Contractor's License No LAKE 1210C. C6o-J µt Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) rSubcontractor Name Address rPhone No. State Contractor's License No rH:\forms\contract\bid-specs\SUBLIST.DOC/bh Revisied 9/28/98 1 C:N 40th St./Meadow Avenue N Storm System Project/DWC 1 BOND TO THE CITY OF RENTON Bond No. 3496826 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Harlow Construction Co., Inc. t as principal, and The Ohio Casualty Insurance Companycorporation organized and existing under the laws of the State of Ohio 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 $226,831.73 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 R<✓1 , Washington, this o2 r q J day of r , 19 17 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG providing for construction of N 40th St./ Meadow 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 fiill force and effect. Harlow Constru ion Co., The Ohio Casualty Insurance Conpany Principal - Surety Signatuyd k Karlow, President gnature Lisa Kerstetter, Attorney-ill-Fact pracidant Attorney-in-Fact _ ' Title Title i Approved by Larry Warren 2/14/92 c:N 40th St./Meadow Avenue N Storm System Project/y DWC CERTIFIED COPY OF POWER OF ATTORNEY ' THE OHIO CASUALTY INSURANCE COMPANY HOME OFFICE,HAbMTON,OMO No. 31-938 ' �insfII �11 APn 6v ZhESE f rtgenfS: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority granted by Article VI, Section 7 of the By-Laws of said Company, does hereby nominate, constitute and appoint: Karin SraGm or Delee M_ Losch or Randolph J_ Carr or Rtr=rt E. Heilesm or ' Jack P. Sittrn or Marie Poulin or Eric Zkme mm or Lisa Ke-stetter of Tatars, Washirgton - - - - - - ics true and law ul agent and attorney -in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, nor exceeding in any single instance ' FM KLLICN - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (5 5,000,000_00 - - -) Dollars, excluding, however,any bond(s)or undertaking(s)guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, ' as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named artorney(s)-in-fact. In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty r Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the said The Ohio Casualty Insurance Company this 2$tb day of oCtnber 19 96. SEAL _! STATE OF OHIO, Assn nt Secretary ' } SS. COUNTY OF BUTLER On this 2Bth day of OCtCber A. D. 19 96 before ' the subscriber, a Notary Public of the Scare of Ohio, in and for the County of Butler, duly commissioned and qualified, came Lloyd E. Geary, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his ' signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.ro '. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal at the City of Hamilton,State of Ohio the day and year Ernst a v written. ' —Notary Public in for County of Butl State Ohio Q,'�� °gym My Commission expires. 5, 199/_ This power of attorney is granted under and by authority of Article VI, Section 7 of the By-Laws of the Company, adopted by its directors on April 2, 1954, extracts from which read: 1 . . "ARTICLE VI" "Section 7. Appointment of Atrorney-in-Fact, etc. The chairman of the board, the president, any vice-president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the"purpose of stgtung the name of the Company as surety to, and to execute, atrach the corporate seal, acknowledge and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of ' insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United Scares of America, or to any other political sub- division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the ' Company on May 27, 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, ' to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE ' I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of artorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF,I have hereunto set my hand and the seal of the Company this 23rd day of A.D., 19 99 March r 3d SEAL li— �wf f Assistant Secretary ' CITY OF RENTON G1�Y O� FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 1 9 hereby confirms and ' declares that (Name of contractor/subcontractor/consultant/supplier) I. It is the policy of l/,0 C cl /�� v � �t� L to ' offer equal (Name of contractor/subcontractor/consultant/supplier) ' 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. /4^ � S� , Ty complies with all ' applicable (Name of contractor/subcontractor/consultant/supplier) federal,state and local laws governing non-discrimination in employment. II. When applicable, /� 1,�,mo .f-�L K �ZK L will seek out and (Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. /9ZI.,11,?�M /4�, i ' Print Agent/Representative's Name Print Agent/Represen i s Title Agen epresentative's Signature 3_1, 3 ' 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. Contracts other than Federal-Aid FHWA ' CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this 2 v,J day of - rj 197q . ' by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,( hereinafter t 1 referred toT as "CITY" and /7 a r /Dw 1. "S"I r11G t!ON Co. nG. 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-27-2344 for improvement by _ construction and installation of: N 40th StJ Meadow Avenue N Storm System ProjectMaplewood . 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 c:N 40th St./Meadow Avenue N Storm System Project/DWC Contracts other than Federal-Aid FHWA r3) 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 ' City, its officers or employees and provided further that if claims or suits are caused by c: N 40th St./Meadow 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. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 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. c: N 40th St./Meadow Avenue N Storm System Project/DWC Contracts other than Federal-Aid FHWA 11) The total amount of this contract is the sum of_1 2 2r. 33 f • 73 Two Nu✓Ic�rGd /wta{� Six T`lous•n� �i��ht /undr�d Thy,-¢� Over D•ll�t1 734 wruten wor 7 3 4 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 ana attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. O TO CITY OF RENTON President May SesSe a V1 vqe r- ST tyl' Se�rPiar;- / �/ / o, I y k f v��� �� City Clerk dba �W 1060 (;q��!/4 (.'O l U Zan y �!�'G ' Firm Name check one 13 Individual 13 Partnership corporation Incorporated in Attention: ,- If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. ' c:N 40th St./Meadow Avenue N Storm System Project/DWC CITY OF RENTON HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT INSURANCE INFORMATION FORM HARLOW CONSTRUCTION CO. INC. CONTRACTOR/CONSULTANT: N-40114 ST/MEADOW AVR NSTURM cySTBM 1?FQdF:T PROJECT NUMBER: CA G STAFF CONTACT: Da h 1 Ca r c Y Certificate of Insurance indicates the coverages and limits specified in contract? If no,explain below: Q Yes ❑ No Is the Commercial General Liability policy form an ISO 1993 Occurrence Form or Equivalent? 0 Yes ❑ No (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?*,& 1p Yes ❑ No CGL General Aggregate provided on a"per project basis(CG2503)?* 1p Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No All coverage on a primary basis and non-contributing basis?* L Yes ❑ No Waiver of Subrogation Clause applies?* Yes ❑ No Scverability of Interest Clause(Cross Liability)applies? 1p Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* 1p Yes ❑ No *T'o be shown on certificate of insurance A Not required ifISO Occurrence form is 1990 or earlier;may also be assumed under contract AM BESTS RATING FOR CARRIER: A+ VIII A+ VIII A+ VIII CGL Auto Umb professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CTPY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to au=ution of contract BRATRUD MIDDLETON INSURANCE Agency/Broker cted or ' Name) P.O. BOX 11205 TACOMA, WA 98411-0205 Address Complet B Signature) RANDOLPH J. CARR (253) 759-2200 Name of person to contact Telephone Number NOTE: THIS Q UES770NNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIMC4 TE OF INSURANCE FOR EACH LINE OF COVERAGE b..r a Co a.a Cw.&6 BNQ JLW r �� ........... ........... :: ...i::: ..;:iii: ::ii: : i y�7::: ::::: :::::::::::::::::::::':::ti ORDf :1:L: ::: : fi. _>.::....:..:.:::::::::::::: 03/22/99 ... ..... .......................................................................................................................................... INFORMATION a.00ucER THIS CERTIFICATE IS ISSUED AS A MATTER OF Bratrud Middleton Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 4701 South 19th Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O.Box 11205 COMPANIES AFFORDING COVERAGE Tacoma,WA 98411-0205 COMPANY A North Pacific Insurance 1INSURED COMPANY HARLOW CONSTRUCTION CO.INC. B 3057 SOUNDVIEW CT COMPANY GIG HARBOR ,WA 98335 C COMPANY JM D a ................ ......... � .::::.:::::::._:::::::::::::._::::::::::::::::::::::::::::::.:::::::::::.::.::::::::.::::._:::::::._:::::._:::::::::::::::.:::::::::::.::. 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. POLICY EFFECTIVE POLICY EXPIRATION LIMITS CO CO TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MM/DD/YY) LTR GENERAL LIABILITY C05129261 06/02/98 06/02/99 GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2,000,000 CLAIMS MADE OCCUR PERSONAL&ADV INJURY $ 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1000 000 GQR^""^" E APPLIES FIRE DAMAGE(Any one fire) $ 50,000 PW MED EXP(Any one person) $ 5.000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO C05129261 06/02/98 06/02/99 ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT $ AGGREGATE $ A EXCESS LIABILITY ECL13004 06/02/98 06/02/99 EACH OCCURRENCE $ 2,000,000 X UMBRELLA FORM AGGREGATE $ 2,000,000 OTHER THAN UMBRELLA FORM $ST .. ER WORKERS COMPENSATION AND WA STATE FUND X ORY LIMITS EMPLOYERS'LIABILITY WA EACH ACCIDENT $ THE PROPRIETOR/ NCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECUIL ITEMS RE:N 40TH ST/MEADOW AVE N STORM SYSTEM PROJECT; CITY OF RENTON IS AN ADDITIONAL INSURDS ON GL AND UMBRELLA AS RESPECTS ABOVE CONTRCT,WAIVER OF SUBROGARION APPLLIES;PRIMARY NONCONTRIBURTING ADDITIONAL INSURES ATTACHED AM CEEIfi...... 1lfli�f F :.:>::>::>::>::>::>:: :. :::. :..... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF RENTON,WASHINGTON EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ®mmMKW-7[7D MAIL 200 MILL AVE S 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMES TO THE LEFT, RENTON,WA 98055 AUTHORIZED REPRESENTATI draw �l_641479............:...... ::..: :................... :.:: ..:.......::.:::::::.::::::.:::::................................:.... . ......:. :..:. .:.:::: :::: ................................. COMMERCIAL GENERAL LIABILITY tCS 805 (2-z-5) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSUREDS - OWNERS, LESSEES OR CONTRACTORS, INCLUDING COMPLETED OPERATIONS AND PRIMARY AND NON-CONTRIBUTING COVERAGE TO THE EXTENT REQUIRED BY AN INSURED CONTRACT ' This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ' Name of Person or Organization: SCHEDULE 1. WHO IS AN INSURED (Section II) is amended to include as an insured such person or organization (called 'additional insured') shown in the Schedule, but only with respect to.- (a) Vicarious liability arising out of your ongoing operations performed for the additional insured: or (b) Liability arising out of any act or omission of the additional insured for which you have entered into an enforceable'insured contract'which obligates you to indemnity the additional insured, or to furnish insurance coverage for the additional insured, and arising out of your ongoing operations for that additionai insured. 2. Additional Exclusion. This insurance does not apply to'bodily injury', cr'prcperty damage' occurring after: (a) All work, including materials,.parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs), to be performed by or on behalf of the additional insured (s) at the site of the covered operations has been completed; or (b) That portion of'your work' out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or sub ntrac or engaged in performing operations for a principal as a part of the same project' This exclusion does not apply to the extent that an 'insured contract' requires that you assume the tort liability of the additional insured arising out of a risk that would otherwise be excluded by this exclusion. 3. Section IV, Commercial General Liability Conditions, Paragraph 4, Other Insurance is amended to add the following subparagraph: d. Additional Insured's Other Insurance As Excess Insurance ' To the extend required by an 'insured Contract,' this insurance is primary on behalf of the person or organization shown in the Schedule of additional insured endorsement attached to this policy, and any other insurance maintained by that person or organization is excess and not contributory with this insurance. If the'insured contract'does not require this provision, then paragraph a. above will apply. 4. The Limits of Insurance as provided in Section III are those shown in the Declarations or those limits which are specified in an 'insured contract' under which you assume the tort liability of the additional insured, whichever are less. These limits of Insurance are inclusive of and are not in addition to the Limits of Insurance shown in the Declarations. Includes copyrighted material of Insurance Services Office, Inc., With its permission. CS 805 (2-95) PREVAILING MINIMUM HOURLY WAGE RATES 1 1 1 RATES.DOCI STAT£o� 9 J. n2 O STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PREVAILING WAGE OFFICE,POST OFFICE BOX 44540 OLYMPIA, WA 985044540 (360) 902-5335 FAX(360) 902-5300 August 3, 1998 TO: Public Agencies and Interested Parties FROM: Jim P. Christensen, Industrial Statistician SUBJECT: Revised Prevailing Wage Rates Enclosed are the revised prevailing wage rates you requested. These rates apply to all public works contracts bid on or after Wednesday, September 2, 1998. These rates are required to be included in your bid specifications and in your contracts for public work. Please do include them. Please. (RCW 39.12.030). Good News !.....Prevailing wages will be available soon on our(Labor and Industries) site on the Internet. Tell all your friends. The address is www.wa.QovAni Please be aware: Logging performed preparatory to public construction requires the payment of prevailing wages even if the public agency gives the timber to the logging company as payment. The prevailing wage office no longer expedites the processing of certain"Intent"and "Affidavit" forms. Until recently, forms received in certain ways, such as those brought rpersonally to our Tumwater office, were processed immediately, ahead of those received by regular mail. Forms are now processed in the order they are received, regardless how they arrive. Agreat big"thank you"to those agencies that helped us createprocedures which public agencies can process their own Intent and Affidavit forms for contracts under $2,500. Hip Hip Hooray. Those of you who think this sounds interesting, please call us at(360) 902-5335. You may be able to pay contractors and close project files quicker. BENEFIT CODE KEY- EFFECTIVE 09-02-98 ....masts+stttr.star+srs+ssrssssrtsr+rrssrttsstra+t+sstrsssrr+s+rrrastsrsr+♦ssattsarsrs►srsratrtrrrssrs*asssrasrssssrrs OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. 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 WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. M U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)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. BENEFIT CODE KEY-EFFECTIVE 09-02-98 -2- 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 TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. H WORKED ON SATURDAYS OR HOLIDAYS EXCEPT LABOR DAY SHALL BE PAID AT ONE AND ONE-HALF E. ALL OURS S TURD ( ) 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. 0. 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 YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). BENEFIT CODE KEY-EFFECTIVE 09-02-98 -3- 5. N. HOLIDAYS: NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 0. 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,CHRISTMAS 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 CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY,' MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. 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 Y CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEARS 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 LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) 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. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S 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, WASHINGTON'S 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). BENEFIT CODE KEY-EFFECTIVE 09-02-98 -4- 6. U. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY,AND A FLOATING HOLIDAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR 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 PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS($24.00)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: $0.75, LEVEL B:$0.50, AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A& B: $1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. 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. BUILDING SERVICE EMPLOYEES EFFECTIVE 09-02-98 +#+++++###+#YYYYY####*##+###++r++++###+##+#+#++##+######+#+#+#•##Y##++###*+###+Yw#Y##+#####+#+rr#YY#+####+#+++#Y###+##+###++##Y#•#+++♦YYr#w#* (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 $5.15 1 5T WAXER $5.30 1 5T WINDOW CLEANER $5.55 1 5T Counties Covered: CLALLAM, GRAYS HARBOR,JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, PIERCE AND THURSTON JANITOR $6.89 1B 51-1 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 5V Counties Covered: COWLITZ AND WAHKIAKUM JANITOR $5.75 1 5W WAXER $6.77 1 5W WINDOW&RUG CLEANER $6.77 1 5W Counties Covered: ISLAND, SAN JUAN, SKAGIT AND WHATCOM JANITOR $5.51 1C 5X WAXER $5.61 1C 5X WINDOW CLEANER $5.71 1C 5X Counties Covered: KING JANITOR $11.52 2F 5Q TRAVELING WAXER/SHAMPOOER $11.94 2F 5Q WINDOW CLEANER $16.38 2F 50 BUILDING SERVICE EMPLOYEES EFFECTIVE 09-02-98 rrrrrrrr+rrrrrrrrrrrrrwwrrrwrrrrrrarrrwrrrrrr:rwrrrrrrrrrrrrrrrwrrrwwwrrrrrrrrrrwrrwwrwrwwrrrrrrrrrwrr:rrrr:rwrrrrrwrwwrrrrwrrrwr*rrrrwrrwrrr (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: SNOHOMISH JANITOR $6.25 1C 5X WAXER $6.40 1C 5X WINDOW CLEANER $6.45 1C 5X sure c s 2 O O ''yt lees�y 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) Sign Making and Installation (Electrical and non-electrical) 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 f fdn a benefits. On public The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate o g p c 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. +r+++araaarwrwwrw er++raarrw+rarraaar+arwrrwarr++++++rarwwwrrrrrrrwr+wrrw++arrarrarrrrrrr+a+arrwwwrrrrww+w++wrwwwwwwwrrw+wrwrrrww+++++r+++rrraar+ CABINET MAKERS (IN SHOP) EFFECTIVE 09-02-98 +rrwwrrrataa:warawwarraw+ara+aaararr+arrarwwr:rrwww++wraaraa+rasa+raaawrwrrrraraaarawrawwrrr+aa+rawrrrawww++wwwwwwwrrwrwwrw+ww+w+wwwrrrtwrrrw (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 $$.45 1 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 Counties Covered: PIERCE JOURNEY LEVEL $11.69 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 e� 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. rrwrwrrrrrrwrrrrrrrwrrrrrwrrrrrrwwrrrrrrrrwrrwrrrrrrrrrrrwrwwwrrrwrrrrwrwrrrwwwrrrrw,trwwrwwwrtrwrwmwrrrrwwr+wrwr*twwwrrrrrrrrrwrrrrrrrwrawrrwrw• FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 09-02-98 rrw*wrrrrrrrrrwrwrr+*rwrw**wrrrrrrtrrrrrrrrrrw*rrwrrrrrrrrrr*rrrrarrrrr*rrrwrrwrwrrrrrwr*rwr*wrwwrwttrterrwrrwrawwa-rrrrwwrrrrwwrrrr*wrrrr:rrr# (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 M�' ALL CLASSIFICATIONS $g 96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $8.61 1 Counties Covered: CLALLAM, CLARK,COWLITZ, GRAYS HARBOR, ISLAND,JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH,THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: KING ARCHITECTURAL AND PRESTRESSED CONCRETE-All $9.75 1 Classifications ALL OTHER CONCRETE PRODUCTS-Carpenter $18.74 1B 6S ALL OTHER CONCRETE PRODUCTS-Clean-up $17.96 1B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $18.21 1B 6S ALL OTHER CONCRETE PRODUCTS-Gunite $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Maintenance $18.74 1 B 6S ALL OTHER CONCRETE PRODUCTS-Operator $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Welder $18.21 1B 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.96 1B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.96 16 6S Counties Covered: PIERCE ALL CLASSIFICATIONS $8.00 1 Counties Covered: SPOKANE LABORER $6.00 1 MACHINE OPERATOR $10.33 1 Counties Covered: WHATCOM CARPENTER $11.43 1 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 09-02-98 rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr:rrrrrrrrrrrrrarr*rtrrrrrrr*rrrrrrrrrrrrrrrrrrrrrrrwrrwrrrrr*rrrrrrr*rrr*rrrrrrrrrtrrrrrrrrr (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONCRETE FINISHER $12.53 LABORER $8.43 REBAR $14.60 Counties Covered: YAKIMA CRAFTSMAN 1 $8.65 LABORER $6.00 PRODUCTION WORKER $7.15 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. rrrr+r+++++rrrrrrrwrww++r+r+rrr++wrrr+++r++r+r+w+rrrwrrrrrr+r+++r+rwwwr+*++rrrrrr++rrrrrrrr+++++rrwrwwwr+rrwrwrrr+rrrr+++++r+wwrrrrrrrr+w++r+rrr INDUSTRIAL ENGINE AND MACHINE MECHANICS EFFECTIVE 09-02-98 rrwrwrrrrrrr:wrwwwww+www+rrrrrrrrrrr::arrwwwrwrrrrww++r++r+r+++++++++r++++rrrrw++rrr+rrwwwwrrrrrwww+rrrw+www+++++rwwrr++rr+r+rrwwwwrrrrr+rrrr (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS,ASOTIN, BENTON, CHELAN, CLALLAM, CLARK,COLUMBIA, COWLITZ, DOUGLAS, FERRY, FRANKLIN, GARFIELD,GRANT, GRAYS HARBOR, ISLAND,JEFFERSON, KING, KITSAP, KITTITAS, 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 i i M �i �t 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. wrr+rr++wwrrrwrwrwr+r++rrrrrrwrrwwwrrrrrrrr+rrrrrwrrrww+rrrrrwr+wwwwwr+rrrrrrrrrrr+rr+++rrrrrrrrrrrrr+r+rrrrrrr++++rwr++rwr++wrr+w++ METAL FABRICATION (IN SHOP) EFFECTIVE 09-02-98 wtatwrrrrrrwrr+w+r+rrwwrwrrrrrrrwrwwrrrrrrrrrrrrr►ww+rrrrrr+rrrrr++rwrr++w++rr+++++++w++rrr+rrrrrwr+r++++rrrrr+r*rwrrr*w+++rrrr++++ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS,ASOTIN,COLUMBIA, DOUGLAS, FERRY, FRANKLIN,GARFIELD, KITTITAS, 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 FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $20.32 11 6U LABORER $14.75 11 6U LAYEROUT $20.64 11 6U MACHINE OPERATOR $15.21 11 6U PAINTER $17.54 11 6U WELDER $19.87 11 6U METAL FABRICATION (IN SHOP) EFFECTIVE 09-02-98 awwwrrrwrrr+rrrrrrrrrwrrwrrrrrrrrwwrrrrrrrrwrwrrrarrrarrrrrwrrrrr+rrrrrrrrrrrrwrrwrrrw:rwwrwrrwrwrrrwwrwrwwrrrrwrrrwrwrrwrrrrwrrrwwwwrrrwrrra (See Benefit Code Key) Over ` PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: COWLITZ FITTER $19.89 1B 6V LABORER $15.39 1B 6V MACHINE OPERATOR $19.89 1B 6V WELDER $19.89 1B 6V Counties Covered: GRANT FITTER/WELDER $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 WELDER $15.48 1 Counties Covered: KITSAP FITTER $26.96 1 LABORER $6.00 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KLICKITAT,SKAMANIA AND WAHKIAKUM FITTERM/ELDER $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 FITTERM/ELDER $15.38 1 LABORER $9 79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 t METAL FABRICATION (IN SHOP) EFFECTIVE 09-02-98 rrrrrrrrwrwwwrwrwwwwwwrrrrrwxrrrrxrrwrwwrrrrrarwwwrwwwrrrrrwwwwwrrrrrrrrwwwrwrrwrwrrrrwrrrrrrrrxxwxrrww:rrxrrwwrr►rw+rrrrrrrrwwwwrrrrrrrxrrrw (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 $18.08 1R 6T LABORER $13.12 1R 6T LAYEROUT $19.71 1R 6T MACHINE OPERATOR $14.44 1R 6T WELDER $16.65 1R 6T Counties Covered: WHATCOM FITTERNVELDER $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 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. MODULAR BUILDINGS EFFECTIVE 09-02-98 rwwrw++wwww+++++wwwwwwr++r+ww+w++++++++++w++r+wwwwrwwrrr+++r+rww+rwwwwwwwwwwrr+++r+r+rwrrrw++rw+w+rrrr++wr++rrw+rrrw+++++rrrr+wrww+wwwrr+ww++ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: CHELAN, DOUGLAS, KITTITAS AND YAKIMA JOURNEY LEVEL $14.11 Counties Covered: GRAYS HARBOR, LEWIS, MASON, PACIFIC AND THURSTON CABINET ASSEMBLY $9.98 .ELECTRICIAN $9.98 � EQUIPMENT MAINTENANCE $9.98 i PLUMBER $9.98 PRODUCTION WORKER $9.75 1 TOOL MAINTENANCE $9.98 1 UTILITY PERSON $9.98 WELDER $9.98 t Counties Covered: KING AND KITSAP CABINET ASSEMBLY $11.56 � ELECTRICIAN $11.56 EQUIPMENT MAINTENANCE $11.56 t PLUMBER . $11.56 PRODUCTION WORKER $g 26 TOOL MAINTENANCE $11.56 UTILITY PERSON $11.56 WELDER $11.56 Counties Covered: SNOHOMISH JOURNEYLEVEL $9.00 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. rrrrarrrrrrarrrrrraraaarraarraararaarrrraraaarrrrrrrrrrrrrrararrraraararrrrrrrrraarrrrrrrrrarrrarrrrrrraarrarr:rrarrrarrrrrrrrrrrrrrrrrrarrrrrrr SHEET METAL WORKERS EFFECTIVE 09-02-98 rrrrrrrarrrrrrrrrraaraaaaraarrrraarrrrrrrraarrrrrrrrrrrrrarrrrrrrarraarrrrraaaaarrrrrrrrrrraaaar**rrrrraaaaaasaaarrrrraaaraarrrrarrarrarraarr (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 JOURNEY LEVEL $29.30 1B 5A Counties Covered: BENTON, COLUMBIA, FRANKLIN,GARFIELD, KITTITAS, KLICKITAT,WALLA WALLA AND YAKIMA JOURNEY LEVEL $30.78 1 B 5A Counties Covered: CLALLAM, ISLAND, KING, KITSAP AND SNOHOMISH JOURNEY LEVEL $35_28 11 6L Counties Covered: CLARK AND SKAMANIA JOURNEY LEVEL $31.65 _ 1 B 5A Counties Covered: COWLITZ, GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE,THURSTON AND WAHKIAKUM JOURNEY LEVEL $34.82 11 6L Counties Covered: JEFFERSON JOURNEY LEVEL $33.53 1 Counties Covered: SAN JUAN, SKAGIT AND WHATCOM JOURNEY LEVEL $31.37 11 6L 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. ++++++++www+w++++w+++ww+wwwww++awww+++w+wwwww++++a+++a++++++wwww+++aa+++aa++++++w++ar++++++++wawaaaa+aww+ww++++aww+wwwwaww+w+++++a+++aww++++++++ SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) EFFECTIVE 09-02-98 wwwwwawa+a++wwwwwwwwwwwwa+a+++w++rww+aw+a++a:a+r+++++w+aa++a+++++wwaa+waaawwaa++ww+araw+wa+++aw+wwaaw+++www+rra+w+wwwwaw+w+++www+ww++w++aawww (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 1 Counties Covered: ASOTIN, BENTON, CHELAN,COLUMBIA, DOUGLAS, FRANKLIN, GARFIELD,GRANT, KITTITAS, OKANOGAN,WALLA WALLA AND YAKIMA JOURNEY LEVEL $14.65 1 j Counties Covered: CLALLAM, ISLAND AND JEFFERSON 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 j 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 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) EFFECTIVE 09-02-98 f*iiffii****if#i##i*f####fff#*#ff**fff#####f*#ifffiN#ti##ffNH*Nf**f*f*iffHM*f**#M7rfif***f##***ff*##*iMr#*fffffMr*f****i**f#i#####i#f#i (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 t 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. rrr++aa++++a+aa++a++++++++++a+++waver+rraa++rraa++arrrr++rrw+arwrrrrrrr+r++arr+a++awrrrra+rwrrrrraaa+rrrw+a+wrwrr++rw+rraa+wrrr+aarr+ar+aawrrra+r SIGN MAKERS & INSTALLERS (ELECTRICAL) EFFECTIVE 09-02-98 w+++rrrrwrrrwaaaw+ww+rwarwwrwwrrar+++rwwwwrrrrrrr+r+ww+wwwwrrrrrrrrr+wrawwrrwmrrrtrwrrrrrrrrrr++arr►rrrwa+r+rwrrrr++ra+w+rawrrw+wrrrrrr+aw: (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 JOURNEYLEVEL $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 88 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 $8 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 985044540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 09-02-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $26.50 1M 5D BOILERMAKERS JOURNEYLEVEL $33.63 1R 5N BRICK AND MARBLE MASONS JOURNEYLEVEL $31.67 1M 5A CABINET MAKERS(IN SHOP) JOURNEYLEVEL $11.71 1 CARPENTERS ACOUSTICAL WORKER $30.93 1 M 5D CARPENTER $30.77 1M 5D CREOSOTED MATERIAL $30.87 1M 5D DRYWALL APPLICATOR $30.77 1M 5D FLOOR FINISHER $30.90 1M 5D FLOOR LAYER $30.90 1 M 5D FLOOR SANDER $30.90 1M 5D MILLWRIGHT AND MACHINE ERECTORS $31.77 1M 5D PILEDRIVERS, BRIDGE DOCK&WARF CARPENTERS $30.77 1M 5D PILEDRIVERS, DRIVING, PULLING,PLACING COLLARS AND WELDING $30.97 1M 5D SAWFILER $30.90 1M 5D SHINGLER $30.90 1M 5D STATIONARY POWER SAW OPERATOR $30.90 1M 5D STATIONARY WOODWORKING TOOLS $30.90 1 M 5D CEMENT MASONS JOURNEYLEVEL $31.69 1M 5D DIVERS&TENDERS DIVER $66.30 1M 5D 8A DIVER TENDER $32.98 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $31.22 1T 5D 8L ASSISTANT MATE(DECKHAND) $30.78 1T 5D 8L BOATMEN $31.22 1T 5D 8L ENGINEER WELDER $31.27 1T 5D 8L LEVERMAN, HYDRAULIC $32.66 1T 5D 8L MAINTENANCE $30.78 1T 5D 8L MATES $31.2-2 1T 5D 8L OILER $30.86 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $30.88 1J 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEYLEVEL $9.37 1J 5A ELECTRICIANS-INSIDE CABLE SPLICER $38.66 1J 6H Pagel KING COUNTY Effective 09-02-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CABLE SPLICER(TUNNEL) $53.20 11 6H r CERTIFIED WELDER $37.25 11 6H CERTIFIED WELDER(TUNNEL) $51.13 1J 6H CONSTRUCTION STOCK PERSON $20_79 1J 6H JOURNEY LEVEL $35.83 1J 6H JOURNEY LEVEL(TUNNEL) $49.04 1J 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $34.69 4A 5A 8E CERTIFIED LINE WELDER $31.88 4A 5A 8E GROUNDPERSON $23.03 4A 5A 8E HEAD GROUNDPERSON $24.21 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $31.88 4A 5A 8E JACKHAMMER OPERATOR $24.21 4A 5A 8E JOURNEY LEVEL LINEPERSON $31.88 4A 5A 8E LINE EQUIPMENT OPERATOR $27.05 4A 5A 8E POLE SPRAYER $31.88 4A 5A 8E POWDERPERSON $24.21 4A 5A 8E ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $28.45 4A 61 MECHANIC $38.49 4A 61 MECHANIC IN CHARGE $42.49 4A 61 PROBATIONARY CONSTRUCTOR $14.88 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $9.75 1 ALL OTHER CONCRETE PRODUCTS-Carpenter $18.74 1B 6S ALL OTHER CONCRETE PRODUCTS-Clean-up $17.96 1 B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Gunite $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Maintenance $18.74 113 6S ALL OTHER CONCRETE PRODUCTS-Operator $18.21 1 B 6S ALL OTHER CONCRETE PRODUCTS-Welder $18.21 1B 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.96 1 B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.96 1B 6S FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $21.82 1M 5D GLAZIERS JOURNEY LEVEL $29.01 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $32.33 1 F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1J 5A INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 Page 2 KING COUNTY Effective 09-02-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INLAND BOATMEN DECKHAND $23.30 1K 5D ENGINEER-DECKHAND $25.19 1K 5D OPERATOR $26.08 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 $6.25 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEYLEVEL $27.67 1M 5D IRONWORKERS JOURNEYLEVEL $31.42 113 5A LABORERS ASPHALT RAKER $26.98 1M 5D BALLAST REGULATOR MACHINE $26.50 1M 5D BATCH WEIGHMAN $21.82 1M 5D CARPENTER TENDER $26.50 1M 5D ' CASSION WORKER $27.34 1M 5D CEMENT DUMPER/PAVING $26.98 1M 5D CEMENT FINISHER TENDER $26.50 1M 5D CHIPPING GUN(OVER 30 LBS) $26.98 1M 5D CHIPPING GUN(UNDER 30 LBS) $26.50 1M 5D CHUCK TENDER $26.50 1M 5D CLEAN-UP LABORER $26.50 1M 5D CONCRETE FORM STRIPPER $26.50 1M 5D CONCRETE SAW OPERATOR $26.98 1M 5D CRUSHER FEEDER $21.82 1M 5D CURING LABORER $26.50 1M 5D DEMOLITION,WRECKING 8 MOVING(INCLUDING CHARRED MATERIALS) $26.50 1M 5D DITCH DIGGER $26.50 1M 5D DIVER $27.34 1M 5D DRILL OPERATOR(HYDRAULIC, DIAMOND) $26.98 1M 5D DRILL OPERATOR,AIRTRAC $27.34 1M 5D DUMPMAN $26.50 1M 5D FALLER/BUCKER,CHAIN SAW $26.98 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $19.50 1M 5D construction debris cleanup) FINE GRADERS $26.50 1M 5D FIRE WATCH $26.50 1M 5D FORM SETTER $26.50 1M 5D GABION BASKET BUILDER $26.50 1M 5D GENERAL LABORER $26.50 1M 5D GRADE CHECKER&TRANSIT PERSON $26.98 1M 5D GRINDERS $26.50 1M 5D GROUT MACHINE TENDER $26.50 1M 5D HAZARDOUS WASTE WORKER LEVEL A $27.34 1M 5D HAZARDOUS WASTE WORKER LEVEL B $26.98 1M 5D HAZARDOUS WASTE WORKER LEVEL C $26.50 1M 5D HIGH SCALER $27.34 1M 5D HOD CARRIER/MORTARMAN $26.98 U 1M 5D Page 3 KING COUNTY Effective 09-02-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code JACKHAMMER $26.98 1M 5D LASER BEAM OPERATOR $26.98 1M 5D MINER $27.34 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $26.98 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $26.98 1M 5D PILOT CAR $21.82 1M 5D PIPE RELINER(NOT INSERT TYPE) $26.98 1M 5D PIPELAYER&CAULKER $26.98 1M 5D PIPELAYER&CAULKER(LEAD) $27.34 1 M 5D PIPEWRAPPER $26.98 1M 5D POT TENDER $26.50 1M 5D POWDERMAN $27.34 1M 5D POWDERMAN HELPER $26.50 1M 5D POWERJACKS $26.98 1M 5D RAILROAD SPIKE PULLER(POWER) $26.98 1M 5D RE-TIMBERMAN $27.34 1M 5D RIPRAP MAN $26.50 1M 5D SIGNALMAN $26.50 1M 5D SLOPER SPRAYMAN $26.50 1 M 5D ' SPREADER(GLARY POWER OR SIMILAR TYPES) $26.98 1M 5D SPREADER(CONCRETE) $26.98 1M 5D STAKE HOPPER $26.50 1M 5D STOCKPILER $26.50 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $26.98 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $26.98 1M 5D TOOLROOM MAN(AT JOB SITE) $26.50 1M 5D TOPPER-TAILER $26.50 1M 5D TRACKLABORER $26.50 1M 5D TRACK LINER(POWER) $26.98 1M 5D TUGGER OPERATOR $26.98 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $26.50 1M 5D VIBRATOR $26.98 1M 5D WELDER $26.50 1M 5D WELL-POINT LABORER $26.98 1M 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $26.50 1M 5D PIPE LAYER $26.98 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 $30.88 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 k 1 Page 4 KING COUNTY Effective 09-02-98 (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 $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $24.63 2B 5A PLASTERERS JOURNEY LEVEL $31.78 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $39.56 1 B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $29.39 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $31.85 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $32.29 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $32.79 1T 5D 8L BACKHOES, (75 HP&UNDER) $31.49 1T 5D 8L BACKHOES, (OVER 75 HP) $31.85 1T 5D 8L BARRIER MACHINE(ZIPPER) $31.85 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $31.85 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $31.49 1T 5D 8L BOBCAT $29.39 1T 5D 8L BROOMS $29.39 1T 5D 8L BUMP CUTTER $31.85 1T 5D 8L CABLEWAYS $32.29 1T 5D 8L CHIPPER $31.85 1T 5D 8L COMPRESSORS $29.39 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $29.39 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $31.85 1T 5D 8L CONCRETE PUMPS $31.49 1T 5D 8L CONVEYORS $31.49 1T 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $31.49 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $31.85 1T 5D 8L CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING JIB $32.29 1T 5D 8L WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $32.79 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $33.29 1T 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $29.39 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $31.49 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $33,52 1T 5D IL ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $31.85 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $32.29 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $32.79 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $32.79 1 T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $33.29 1T 5D 8L Page 5 KING COUNTY Effective 09-02-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code 'Code CRUSHERS $31.85 1T 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $31.85 1T 5D 8L DERRICK,BUILDING $32.29 1T 5D 8L DOZERS,D-9&UNDER $31.49 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $31.49 1T 5D 8L DRILLING MACHINE $31.85 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $29.39 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $31.49 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $31.85 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $31.49 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $29.39 1T 5D 8L GRADE ENGINEER $31.49 1T 5D 8L GRADECHECKER AND STAKEMAN $29.39 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $31.49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $31.49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $31.85 1T 5D 8L HYDRALIFTSBOOM TRUCKS(10 TON 8 UNDER) $29.39 1T 5D 8L HYDRALIFTSBOOM TRUCKS(OVER 10 TON) $31.49 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $32.29 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $32.79 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD), PLANT FEED $31.85 1T 5D 8L LOCOMOTIVES,ALL $31.85 1T 5D 8L MECHANICS,ALL $31.85 1T 5D 8L MIXERS,ASPHALT PLANT $31.85 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $31.85 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $31.49 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $32.29 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $29.39 1T 5D 8L OPERATOR PAVEMENT BREAKER $29.39 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $31.85 1T 5D 8L PLANT OILER(ASPHALT CRUSHER) $31.49 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $29.39 1T 5D 8L POWER PLANT $29.39 1T 5D 8L PUMPS,WATER $29.39 1T 5D 8L QUAD 9,D-10,AND HD-41 $32.29 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $32.29 1T 5D 8L EQUIP RIGGER AND BELLMAN $29.39 1T 5D 8L ROLLAGON $32.29 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $29.39 1T 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $31.49 1T 5D 8L ROTO-MILL, ROTO-GRINDER $31.85 1T 5D 8L SAWS,CONCRETE $31.49 1T 5D 8L SCRAPERS, CONCRETE AND CARRY ALL $31.49 1T 5D 8L SCRAPERS, SELF-PROPELLED(UNDER 45 YD) $31.85 1T 5D 8L SCRAPERS,SELF-PROPELLED(45 YD AND OVER) $32.29 1T 5D 8L SCREED MAN $31.85 1T 5D 8L SHOTCRETE GUNITE $29.39 1T 5D 8L SLIPFORM PAVERS $32.29 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $31.85 1T 5D 8L SUBGRADE TRIMMER $31.85 1T 5D 8L TRACTORS,(75 HP 8 UNDER) $31.49 V 1T 5D 8L Page 6 KING COUNTY Effective 09-02-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRACTORS,(OVER 75 HP) $31.85 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $31.85 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $32.29 1T 5D 8L TRENCHING MACHINES $31.49 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $31.49 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $31.85 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $29.39 1T 5D 8L YO YO PAY DOZER $31.85 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $26.52 4A 5A SPRAY PERSON $25.08 4A 5A TREE EQUIPMENT OPERATOR $25.44 4A 5A TREE TRIMMER $23.50 4A 5A TREE TRIMMER GROUNDPERSON $17.10 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $38.01 1 B 5A RESIDENTIAL BRICK&MARBLE MASONS 1 JOURNEY LEVEL $19.25 RESIDENTIAL CARPENTERS JOURNEY LEVEL $21.85 1 N 5D RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $31.69 1 M 5D RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $22.18 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $15.21 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $20.84 2E 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.59 1 RESIDENTIAL LABORERS JOURNEY LEVEL $7.96 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.17 1B 5A RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $38.01 1 B 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL $24.90 11 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $27.01 1 B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $15.37 1 ROOFERS JOURNEY LEVEL $29.03 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $32.03 1R 5A SHEET METAL WORKERS JOURNEY LEVEL $35.28 1.1 61. SIGN MAKERS&INSTALLERS(ELECTRICAL) t- JOURNEY LEVEL $19.29 1 Page 7 KING COUNTY Effective 09-02-98 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 $27.01 1 B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $37.00 1B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $22.71 2B 5A HOLE DIGGER/GROUND PERSON $12.13 2B 5A INSTALLER(REPAIRER) $21.73 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $21.04 2B 5A SPECIAL APPARATUS INSTALLER 1 $22.71 2B 5A SPECIAL APPARATUS INSTALLER II $22.24 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $22.71 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $21.04 2B 5A TELEVISION GROUND PERSON $11.44 2B 5A TELEVISION LINEPERSON/INSTALLER $15.65 2B 5A TELEVISION SYSTEM TECHNICIAN $18.88 2B 5A TELEVISION TECHNICIAN $16.85 2B 5A TREE TRIMMER $21.04 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $29.13 IN 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $24.37 1N 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $24.69 1K 5A TRUCK DRIVERS DUMP TRUCK $29.62 1T 5D 8L DUMP TRUCK&TRAILER $30.20 1T 5D 8L OTHER TRUCKS $30.20 1T 5D 8L TRANSIT MIXER $26.46 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 t- Page 8 BENEFIT CODE KEY-EFFECTIVE 09-02-98 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40))-TOURS 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 WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES TIM HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP D$,YS)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. BENEFIT CODE KEY-EFFECTIVE 09-02-98 -2- 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 TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. 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. 0. 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 S. 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 YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6). 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). BENEFIT CODE KEY-EFFECTIVE 09-02-98 1 -3- , 5. N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTONS BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTONS 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 12). 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,CHRISTMAS 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 CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. 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 LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) 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. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING,JR. DAY; WASHINGTON'S 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, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY 1 BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). BENEFIT CODE KEY-EFFECTIVE 09-02-98 -4- 6. U. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY,AND A FLOATING HOLIDAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-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'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-S2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL 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 PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS($24.00)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: $0.75, LEVEL B:S0.50, AND LEVEL C:$0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C&D:$0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:S1.00,LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25, k 0-SpartincioLof Labor and Industries STATEMENT OF INTENT tt 44r TO PAS• WAGES Olympia WA 98504450 Public Works Contract THIS FORM MUST BE TYPED ORPRUMM IN INK lwv=lete form raawL&X-r=ssed and will be rdurmd without gggroyaL -$25.00 Filing Fee Required Large,bold numbers match mstruCtiolls on bade of form- 2 ProjoctNarre Contract# d"VjWPr*o@@1*VftW"&WON D0PW*"Wft1Mk"your forma Contract Awarding Agency ALL FORMS:WILL BE MAILED TO THIS ADDRESS*: org cm City,state&21P+4 Address ................................................... City suft ZIP+4 ............................................................................................... ..................... County wb—work will be perfo—ed Clay where work will be performed ........................................................................................................................... Bid due date Date contract awarded me contractor L&I Contr.Registration No.- Do Ton kucmd to use anbcontractocs? Do you intend to twe appicatices? Yes [::I No [D Yes 0 N- , JZJ Indicate total dollar amount of your conuact --Iw- Is Rate of Rue of Hourly Estimat Number 3 CraftAraWo=qntion 4 Ho-typty 5 Fringe Benefits 6 ofwockm xg ..... .......... X� WS X X .......... X .... . ......... ............... ......... R., -- ----— . .. ...... .. I hereby certify that the above information is cou'=and that all workers 1 13 Company name employ an this Public woz:ks project will be paid oo less than the Prevailing Wage Ratc(s)as detc=nined by the Lxiu=ijLl StUisticitii Of the DcP&rtncm Address Of Labor 2M Ind,,trics.I unda=m that contractors who violater Prcyflang Wage Laws.Lr_iticocrect classificatioal—pe payrricat of prevailing wages,etc-am sub)cct to Sacs and/or debarment and City Stale ZIP+4 1win be reqnired to pay any back wages due to wa&czL RC7W 39.12-050 7 NOTARY: Complete all 4 copies and notarize each Phone number L&I Cow.Registration'No- Subscribed and sworn to before me this date My commission expires on Signature Tit-le Notary Public in and for the Stale of Anxxxnc Signature Check Number- For L&I Use Only Issued By: APPROVED: Department of Labor and Industries F-LAI MWX— U.ow* By F7oo-C29,.000V..ft=W"o(cart vop.y 693 D;.cib-xaw Whift-A—d-gAr=-Y Cary-Lk! Pink-/Pom CA-W-cw Gid.=d-Sabwvnva" 1 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 classifications of —labor used by the contractor/subcontractor. After the Industrial Statistician has approved the Statement of Intent to Pay Prevailing Wages,the department will return 3 copies to the organization indicated on the form. Please cap'(360)902-5335 d 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 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 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 Wa'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) 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: Wages are fled to the'Bld Due Date';if the`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 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 will be performed by owners/partners,state'Owner/operator"under the'Craft'section,and sections 4,5 and 6 need not be completed. (Individuals who`own less than 3000 of the compariy are not considered to be owners/operators,and must be paid prevailing wage.) 4. Enter,the rate of hourly pay for each craft/trade/oocupation classification. 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 will actually pay to the workers. The amount'listed for'Rate of'Houriy Pay'plus the amount listed for"Rate of Hourly Fringe Benefits';if any,must equal or exceed the prevailing rate of wage. 6. Enter the estimated number of workers for each craft/trade/occupabon. 7. "Notary'-Ensure this area is completely filled out and each copy notarized with their seal or stamp. 8. Indicate your company's name,address,phone number and the signature of an authorized representative. Contractor registration number begins with first letters of company name. Forms without signatures will be returned. 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 (F706-007-000), and registered PO Box 44540 with the Washington State Apprenticeship and Training Council. Any workers not registered as such must be Olympia WA 98504 4540 paid prevailing journeyman wages. Apprentices not registered with the Washington State Apprenticeship and (360)902-5335 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. .*X:: rr 00 LL co tm ......... ......... 0 4.) o ui N ........... O C-4cD . ........... .......... ui Lol .......... . I T �?.r .............:i*i,i*: MCC Y. o. � .� O �� p•�`6�NMyyUoC ��+ � on cn co UJ ...................... r 94 i7) C�' lm so wJ 6m c 1.6 W� 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 to 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,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 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 "n/a"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 bed to the"Bid Due Date";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 era ft/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 ter 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). RETAINAGE: Contractors are responsible for ensuring that subcontractors obtain and file Affidavits of Wages Paid. This is required by law; retainage can not lawfully be released until such affidavits are filed. rCERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: r Title: 1 r ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 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. 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. iMISCELLANEOUS 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. projects/nelson/bidspec.doc/bh 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. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides for civil penalties of $5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. projects/nelson/bidspec.doc/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES 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. 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. projects/nelson/bidspec.doc/bh r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King Countv 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 i Public Works will obtain.) �I 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. 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. rW.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.) r r projects/nelson/bidspec.doc/bh i REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) FIRE PROTECTION DISTRICT R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3, 1899, General Bridle Act of March 23 1906 and General Bridge Act of 1946 as amended August 2 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). projects/nelson/bidspec.doc/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five (5) dwelling units). ' The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the ' Director of Public Works, 900 King County Administration Building, Seattle, WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. 1 i projects/nelson/bidspec.doc/bh CITY OF RENTON SUPPLEMENTAL SPECIFICATIONS i 1 1 1 1 1 t 1 1 SUPSPEC.DOC\ 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. f'P;is is alos@d4 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 excieption of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the ' Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested party. r- ' Page-RS-i Revision Date:May 19, 1997 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............................................................................................................ 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 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 Backf ll for Water Mains............................................................34 7-11 Pipe Installation for Water Mains ....................................................................................34 7-12 Valves for Water Mains.................................................................................................37 7-14 Hydrants....................................................................................................................38 7-15 Service Connections......................................................................................................39 7-17 Sanitary Sewers...........................................................................................................39 Division8 Miscellaneous Construction--**'***....*****'*****'****,*******.....**,****,****,****,**,****...*,***,***,,***41 ' 8-09 Raised Pavement Markers...............................................................................................40 8-10 Guide Posts..................................................................................................................40 8-13 Monument Cases...........................................................................................................40 ' 8-14 Cement Concrete Sidewalks.............................................................................................40 8-17 Impact Attenuator Systems..............................................................................................41 8-20 Illumination,Traffic Signal Systems, and Electrical................... ..........................................41 8-22 Pavement Marking................... 47 ..................................................................................... 8-23 Temporary Pavement Markings........................................................................................48 t- ' Page-RS-ii Revision Date:May 19, 1997 Division9 Materials...........................................................................................................................49 Der ' 9-02 Bituminous ions and Tests......................................................................................................49 9-0 Bitumnous Materials. .49 9-04 Joint and Crack Sealing Materials. .50 9-05 Drainage Structures, Culverts,and Conduits.......................................................................50 9-06 Structural Steel and Related Materials..............................................................................51 9-08 Paints.........................................................................................................................51 9-23 Concrete Curing Materials and Admixtures.........................................................................52 9-29 Illumination,Signals, Electrical........................................................................................52 9-30 Water Distribution Materials...........................................................................................58 INDEXTO WSDOT AMENDMENTS......................................................................................................60 ' WSDOT AMENDMENTS......................................................................................................60 1 t. 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 I Division 1 Planning/Building/Public Works Administrator. Special Provisions(RC) — General Requirements odifications to the standard specifications -Ad the ' sci€c�tieac 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 1-01.1 General(R rp tceS. C) State(RC) Whenever reference is made to the State, Commission, The state of Washington acting through its representatives. ' Department of Transportation Secretary of Transportation, The State shall also refer to The City of Renton and its authorized Owner Contracting Agency or Engineer, such reference shall be representatives where applicable. deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA) employees and duly authorized representatives for all contracts The component parts of the contract which may include, but ' administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds, insurance certificates, various other certifications and affidavit, the SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and ' 1-01.3 Definitions (RC, APWA) Change Orders.Dates(APWA) Act of god(RC) Bid Opening Date(APWA) ' "Act of God" means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and cataclysmic phenomenon of nature. A rain, windstorm, high water reads the bids. or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC) locality of the work, which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to ' from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work. be construed as an act of god. Contract E.recution 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 thi Work and establishing the date on which the Secretary, Secretary of Transportation(RC) Contract Time begins. The chief executive officer of the Department and other I authorized representatives. The chief executive officer to the t- Pag,&SP-I ' 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.I IS DELETED AND REPLACED BY THE FOLLOWING: Waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.1 Qualifications of Bidder (APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE , Bidders shall be qualified by experience, financing, FOLLOWING. equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals (APWA) Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by include a pre qualification procedure prior to the Bidder being addenda. furnished a proposal form on any contract or a preaward survey of ' the Bidder's qualifications prior to award. SECTION I-02.13 PARAGRAPH I IS REVISED AS FOLLOWS: SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RCZ FOLLOWING: a. The bidder is not prequalified when so required; , 1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I Information as to where Bid Documents can be obtained or TO READ: reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders(APWA) t the Contracting Agency's official newspaper. 3. A bidder is not Prsqualified for the work or to the full SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; SENTENCE 1, 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 I-03.2 IS SUPPLEMENTED BY ADDING THE SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 1-03.2 Award of Contract(RC) ' 1-02.6 Preparation of Proposal(RC) The contract, bond form, and all other forms requiring All prices shall be in legible figures and(aec-words)written in execution together with a list of all other forms or documents ink or typed. The proposal shall include: required to be submitted by the successful bidder, will be ' 1. A unit price for each item (omitting digits more than four forwarded to the successful bidder within 10 days of the award. places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be be written in words; where a conflict arises the written words shall determined by the Contracting Agency. prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS ' SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS: SECTION. 1-03.3 Execution of Contract (APWA, RC) ' 1-02.6(1) Proprietary Information_ (RC) Within 20 10 calendar days after receipt from the City of the Vendors should in the bid proposal, identify clearly any forms and documents required to be completed by the material(s) which constitute '(valuable) formula, designs, Contracto , the successful bidder shall return the ' drawings and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance disclosure RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the vendor of any request for disclosure of such information received contract documents within 30 10 calendar days after the award t- Page-SP-2 , Revision Date:May 19, 1997 1-04 Scope of the Work 1-05 Control of Work date, the Contracting Agency may grant up to a maximum of 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. 1-04.4 Changes (RC) The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost ' or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the Contracting Agency requires persons doing business with the Contractor on a case-by-case basis. Contracting Agency to possess a valid City of Renton business SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS: license prior to award. When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC) number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from provided The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered information and evaluation activities. incidental to the project and no compensation will be made. The contract price for "Finish and Cleanup, lump sum," shall SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE be full compensation for all work, equipment and materials FOLLOWING TO THE FIRST PARAGRAPH: required to perform final cleanup. If this pay item does not appear 1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered incidental to the contract and to other pay item and no further 5. Be accompanied by a power of attorney for the Surety's compensation shall be made. officer empowered to sign the bond. 7 Be signed by an officer of the Contractor empowered to 1-05 Control of Work sign official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS. president or vice-president unless accompanied by written proof of the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (RC) corporation(i.e., corporate resolution power of attorney or a letter to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be 1-U4 Scope of the Work on sheets measuring Z4—by 34 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: i1-04.1 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 6.8. Standard Specifications slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. t- ' Page-SP-3 Revision Date:May 19, 1997 1-05 Control of Work 1-05 Control of Work ' The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade prepared to permit construction staking to proceed in a safe and before offset hubs are set. ' orderly manner. The Contractor shall keep the Engineer or Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA) provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls, the supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an Stakes marks and other reference points, including existing experienced team of surveyors under direct supervision of a monumentation set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control damaged by the Contractor's operations. This charge will be which will be provided by the Engineer: deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines. ' of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances. control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the satisfactory substantiating evidence to prove the error is furnished Drawings. ' the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls, the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the Contractor shall be liable for any error in alignment or grade. following tolerances: The Contractor shall provide all surveys required other than 1. Stationing +.01 foot those to be performed by the Engineer. All survey work shall be 2. Alignment +.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 (RQ 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. 1- 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 Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE (RQ FOLLOWING: It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA, 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 I L. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not Lights & Standards, Hydrants, Major Changes in Design Grade, promptly comply with the written order to correct defective and Vaults Culverts, Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting After the completion of the work covered by this contract, the Agency reserves the right to have defective and unauthorized Work contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8 field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work." prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040 it's accuracy. limiting actions upon a contract in writing, or liability expressed or All costs for as-built work shall be included in the contract implied arising out of a written agreement. item 'Contractor Supplied Surveying." The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the THE VACANT SECTION 1-05.8 IS REPLACED BY. Work. Nothing contained in this paragraph, however, shall defeat 1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to 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 Completion. The Contractor shall provide the Engineer with a SECTION 1-05.12 IS DELETED AND REPLACED WITH THE 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 1. The physical work on the project must be complete. Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law, necessary to allow the notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete. Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work, signed by the Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material. physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency been corrected. from unilaterally certifying the Contract complete so the Engineer If action to correct the fisted 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 1-05.13 Superintendents, Labor, and Equipment of to Section 1-05.8. 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 g;squalification 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 4he&@-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 employee of the Contracting Agency, after under operating conditions for the time period specified to ensure either before 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 contract Such oral agreement or conversation shall be considered of workmanship materials or equipment which proves faulty, or as unofficial information and in no way b ding upon the that are not in first class operating condition. Equipment, electrical in 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 t- 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 liabili 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 Proiect 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 Project sewers and sewage disposal systems unless such sewers and Site. Employees should not be permitted to work on the Project disposal systems are within, and a part of, a street or road drainage Site before the Contractor has established and made known system; telephone telegraph electrical power distribution lines, or procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such doctor's care. power lines become a part of a street or road lighting system; and The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property 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 1-07.2(4) Services (APWA) -07.2(1) GENERAL (APWA) The Contractor shall not collect retail sales tax from the The Washington State Department of Revenue has issued Contracting 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 t, Page-SP-7 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10 percent increase in turbidity when the background turbidity is more 1-07.5(2) State Department of Fish and Wildlife" than 50 NTU; for other classes of waters, refer to WAC 173-201- (APWA, SA) 045. If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units those areas, the Contracting Agency will pay pursuant to Section 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 be removed by the use of lagoons or holding ponds, settling basins, 1-07.11(11) City of Renton Affidavit of Compliance overflow weir, polymer water treatment, discharging to ground (RQ 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 1-- placed over exposed ground areas to protect from rain erosion. SECTION 1-07.13(I)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 Equipment Washing: Water used for REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum AGENCY." products, fresh concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground FOLLOWS: for percolation. A recirculation system for detergent washing is recommended. Steam cleaning units shall provide a device for oil 1-07.15 Temporary Water Pollution Erosion Control separation. (APWA , RC) 5. Oil and Chemical Storage and Handling: Handling and storage of oil and chemicals shall not take place adjacent to If done according to the approved plan or the Engineer's waterways. The storage shall be made in dike tanks and barrels orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut-off and measured and paid for pursuant to Section 3-09.41-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be the lump sum item for "Temporary Water Pollution/Erosion provided on hoses. Oil and chemicals shall be dispensed only Control.: during daylight hours unless the dispensing area is properly lighted. If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical spills. Pollution/Erosion Control" then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be equipment used to complete the work shall be considered incidental provided on valves,pumps,and tanks. to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair shall be made. or relocation work is required the Contractor shall provide In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line. Sanitary sewer flow this temporary work shall include, but is not limited to, the shall be pumped out collected and hauled by tank truck or following water quality considerations: pumped directly to a sanitary system manhole for discharge. The 1. Turbid Water Treatment Before Discharge: existing sewers shall 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 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or FOLLOWING: better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work 1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor. franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of operation to the areas obtained and shall not trespass on private restoration of the surface of all streets (traveled ways) used by him property. if damaged. The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be materials. paid by the contractor. The contractor shall provide, with no liability to the The contractor is responsible for identifying and Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration all access roads detour roads, or other temporary work as required Requirements, which is available at the Public Works Department by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal storage of material and operation of his workers to those areas Building,200 Mill Avenue South. shown and described and such additional areas as he may provide. A. General. All construction work under this contract on SECTION 1-07.17IS 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. 1-800-424-5555 C. Easements. Cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and and other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground contractor shall he 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 1. Page-SP-9 Revision Date:May 19, 1997 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the FOLLOWING: option of the City. The Contractor shall obtain and maintain the minimum 1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum Insurance (RCS 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 4) Policy may nc$ be non-renewed canceled or material insurance coverage provided by the insurance company(ies), terms, changed or altered unless forty-five (45) days prior written conditions, and the Certificate of Insurance. Failure of the notice is provided to CITY OF RENTON. Notification Contractor to fully comply during the term of the contract with shall be provided to CITY OF RENTON by certified mail. these requirements will be considered a material breach of contract k 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 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 REQUIREP not be non-renewed, canceled or materially changed or Pruviding 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 Citv such limits. The CONTRACTOR shall carry the following by certified mail. limits of liability as required below: For Professional Liability coverage only, instead of the Commercial General Liability — cancellation language specified above, the City will accept a General Aggregate* $2,000,000** written agreement that the consultant's broker will provide the Products/Completed Operations $2,000,000** required notification. Aggregate Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS. PersonallAdvertising Injury S1,000,000 Fire Damage(Any One Fire) $50,000 1-07.20 Patented Devices, Materials, and Processes Medical Payments(Any One Person) S5,000 (APWA) Stop Gap Liability $1,000,000 * General Aggregate to apply per project The Contractor shall assume all costs arising from the use of (ISO Form CG2503 or equivalent) patented devices, materials, or processes used on or incorporated in **Amount may vary based on project risk the work, and agrees to indemnify, defend, and save harmless Automobile Liability The Contracting Agency, and their Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any (Each Accident) nature for, or on account of the use of any patented devices, Workers'Compensation materials, or processes. Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) SECTION 1-07.221S SUPPLEMENTED BY THE FOLLOWING: Umbrella Liability 1-07.22 Use of Explosives (APWA) Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required Aggregate by the proper authorities. Explosives shall be handled and used in Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and 1� Each Occurrence/Incident/Claim $1,000,000 regulations that may apply. The individual in charge of the blasting Aggregat $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(1) IS SUPPLEMENTED BY ADDING THE coverage is in force. FOLLOWING PARAGRAPH SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic_RC F� SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and INSURANCE': mud within the proiect 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 followinr. 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 21 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 requirod 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-11 Revision Date:May 19, 1997 1-08 Prosecution and Progress 1-08 Prosecution and Progress SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26(APWA) IS REVISED BY CHANGING ALL FOLLOWING. REFERENCES TO "COMMISSION, THE SECRETARY" OR 1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTING AGENCY." SECTION 1-07.27 (APWA) IS REVISED BY CHANGING Street right of way lines, limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY. Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior 1-08 Prosecution and Progress to Bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the completion of the SECTION I-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) Preconstruetion 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 Engineef. 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 be subject to noise subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these or structures the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are 1. Furnishing and driving of piling, or received from the public or adjoining property owners regarding 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be subcontractors shall meet the same requirements as revoked for these reasons. subcontractors. Permission to work Saturdays, Sundays, holidays or other The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday the proposed subcontractor's prior record equipment experience, through Friday may be given subject to certain other conditions set and ability to perform the work. Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such contract, assistants as the Engineer may deem necessary to be present during 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting 3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the the subcontractor, or Work performed on Saturdays and holidays as working days with 4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts Contracting Agency. as multiple working days with respect to Contract Time even The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period. ` (1) purchase of sand gravel crushed stone, crushed slag, batched Assistants may include, but are not limited to, survey crews; concrete aggregates ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab; structural steel other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in the materials supplied by established and recognized commercial opinion of the Engineer, such work necessitates their presence. plants; or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or 1-08.1 4 Reimbursement for Overtime Work of commercial hauling companies. 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 proviL!ons of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime work. On all such overtime work apply. an inspector will be present, and a survey crew may be required at The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the Disadvantaged Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required service providers on the contract. This certification shall be to work overtime hours. supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize provided by the Engineer. the Engineer to deduct such costs from the amount due or to If dissatisfied with any part of the subcontracted work, the become due the Contractor. Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY THE The Contractor shall comply with this request at once and shall not FOLLOWING: employ the subcontractor for any further work under the contract. 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.1(3) Hours of Work(APWA) (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 £-iturdays 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. t- Page-SP-I3 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11. FOLLOWING: 1-08.10 Termination of Contract (APWA) 1-08.5 Time For Completion (Contract Time) (APWA, RC) SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OF TRANSPORTATION" IN THE LAST SENTENCE. the time specified in the Contract Documents or as extended by the PARAGRAPHS TO READ "CONTRACTING AGENCY." Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC) on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the holidays: January 1, adequacy, efficiency, and sufficiency of his and his subcontractor's Monday of—:br-um3i, 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 01 of the site and his plant and equipment. The Owner will be non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas. for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) which periods, work is anticipated to be performed. Each The contractor shall give his personal attention to and shall successive working day, beginning with the Notice to Proceed Date supervise the work to the end that it shall be prosecuted faithfully, and ending with the Physical Completion Date, shall be charged to and when he is not personally present on the work site, he shall at the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent who shall is designated a nonworking day or an Engineer determined have full authority to execute the same, and to supply materials, unworkable day. s� The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal showing (1) the number of working days charged against the representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the his authorized representative. Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE elects to work 10 hours a day and 4 days a week (a 4-10 schedule) FOLLOWING. and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC) week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets, delivered to the Inspector report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the correct. Inspector will not be honored for payment. The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton, the following establishing the Substantial Completion, Physical Completion, and system will be used: Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck Number- 2. Truck tare weight(stamped at source). 3. Gross truck load weight in tons(stamped at sour 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 Seaton 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 t. Page-SP-15 Revision Date:May 19, 1997 1-09 Measurement and Payment 1-09 Measurement and Payment 1-09.9(2) Retainage (APWA,RCZ 1-09.9(3) Contracting Agency's Right to Withhold Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA) earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and 5 percent of the monies earned by the Contractor. Such retainage subiect 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 an—ihe 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. I. 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. attomey'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. R. 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 Fiaai 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; (APWA) 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 I-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 films voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County, impending unilateral acceptance will be provided by certified letter Washington The grounds for the petition for review are limited to from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision: days for the Contractor to submit the necessary documents. The 1. Are not responsive to the questions submitted; 2 of the contract or any component 30-calendar day deadline shall begin on the date of the postmark of Is contrary to the terms thereof; the certified letter from the Engineer requesting the necessary 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 board of arbitrators shall support its decision by setting forth to completed in accordance with Section 1-08.5 or for contracts that are terminated in accordance with Section 1-08.10. Unilateral Writing their findings and conclusions based on the evidence acceptance of the contract by the Contracting Agency does not in adduced at any such hearing. any way relieve the Contractor of the provisions under contract or t- Page-SP-17 Revision Date:May 19, 1997 1-10 Temporary Traffic Control 1-10 Temporary Traffic Control The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment or services which could such procedure. not be usually anticipated by a prudent contractor for the The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new item or items and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposal they are not by the contractor. specified in the Special Provisions as incidental and the accumulative cost for the use of each individual channelizin 1-10 Temporary Traffic Control device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes the Engineer will determine what is usually anticipated by a prudent SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by agreed price price FOLLOWING: established by the Engineer, or by force account. Additional items 1-10.1 General RAC) 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 l "+ T'-Tthe Contractor shall designate an individual or the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties devices; for the project. The TCS shall be certified inssa 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 control devices, unless a pay item is in the bid proposal to all the duties of the TCS are performed during the duration specifically pay for this work; and of the contract. 5. Furnishing labor, material, and equipment necessary for 7. Ensuring that corrections are made if traffic control cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to during the life of the project. accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision 6. Removing existing signs as specified or a directed by the is in conformance engineer and delivering to the City Shops or storing and re- with established standards. installing as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be .Possession of a current flagging card used by the prime contractor, and subcontractors, shall be by the TCS is mandatory. submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS. shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic traveled portion of a roadway. control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the 9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., correct any problems that become evident during operation. and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS., 10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs 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 i the proposal then required to conform with established standards, will be furnished all work required by these sections will considered red incidental and by the 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 c.oArwirtioR sigar, will bp limited to tho 1-be; Gost go do the Qr-k increases or decreases by more than 25 percent. All Q44s&-costs for the work to " per-hour. provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price pec-l;eu-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 flaggcrs will be paid under the SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control4abe;. 1-10.3(6) One-Way Piloted Traffic Control Through The on Sum wait contract rice Construction Zone p P pe;Deus-shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3(1) and as authorized by the Engineer. The Lump Sum uait contract price per squava feet_Qf p&Rcl Feu-shall be full pay for all costs for performing the in If work described in Section 1-10.3(3) and Section 140.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of T;-ffic Ganwgl Class A signs, and ultimate return of all Contracting Agency- Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs. Contractor shall furnish the pilot car(s)and driver(s)for the pilot car control area. Any necessary flaggers shall be furnished by the Engnee; Contractor The Lump Sum unit contract price per•-day hall be full pay for all costs involved in furnishing the person(s)assigned as the "Traffic Control Supervisor" dwrin^ an 1; -1 -a- 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 unit contract price for"Traffic Control-Supew.sio;." No specific unit of measurement will apply to the lump sum item of"Traffic Control". SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1-10.5 Payment (RC) bg pn;e4 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 we 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 unit-contract price pa; dayhall be full furnishing installing, maintaining, and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(2) The-epwater�s�ef conformance with accepted standards and in such a manner as to _maximize safety, and minimize disruption and inconvenience to the b-ho;= 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 accordance with the total job progress as determined With the requiregients established by the Board of Registration for by progress payments. Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. t- Page-SP-19 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a hard The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes. coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC) conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground. The horizontal component of all surveys shall meet or exceed Monument Any physical 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. The horizontal component of the control system for surveys Any permanently monumented boundary, right of way using global positioning system methodology shall exhibit at least 1 alignment, 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 1-11.1 herein. of any bench marks established. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly 1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half the controlling monuments used and the subdivision of the original scale remains legible. applicable quarter section. If recording of the survey with the King County Recorder is Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and will shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A methodology used in that retracement. photographic molar 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 o1 ant. 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, casting and elevation (if applicable) values all in ASCII format, surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media. t- Page-SP-10 Revision Date:May 19, 1997 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards 1-11.1() 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 1-1 l.1. established or reestablished on a plat or other recorded survey shall Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1- meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots, a witness Control Committee. marker shall be set. In most cases, this will be the extension of the Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the 1-11.1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb." In all other (RC) 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 (PT), street intersections, center Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI, topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT Committee third order elevation accuracy specifications, OR 2) of the curve. trigonometric leveling with elevation differences determined in at For all non comer monuments set while under contract to the least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of 1-11.100) 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(1) Property/Lot Cornets (RC) and TITLE 9 Public Ways and Property, must be located both Comers per 1-11.1(5) shall be marked in a permanent manner horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length, durable metal survey. The 'as-built" survey must be based on the same base line pugs or caps tack in lead etc. and permanently marked or tagged or control survey used for the construction staking survey for the with the surveyor's identification number. The specific nature of improvements being "as-built". The "as-built' survey for all the marker used can be determined by the surveyor at the time of subsurface improvements should occur prior to backfilling. Close installation. cooperation between the installing contractor and the "as-builting" surveyor is therefore required. 1-11.2(2) Monuments (RC) All "as-built' surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set 1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number. The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC) 'as-built' drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City accuracy of the "as built". of Renton Standard Plans page H031. The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all 'as-built' surveys. t- Page-SP-21 Revision Date:May 19, 1997 2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment Division 2 Earthwork quantities and changes will be computed either manually or by means of electronic data processing equipment by Earthwork use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. 2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in Obstructions the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS by the Contractor at his sole expense. FOLLOWS. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled 2-02.3(3) Removal of Pavement, Sidewalks, and and backfilled areas, fine grading shall begin during the placement Curbs (RC) and the compaction of the final layer. In cut sections, fine grading In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading shall: shall produce a surface which is smooth and even, without abrupt 1. Haul broken-up pieces ' changes in grade. to some off-project site. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations 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 aet Acceptable excavated native soils shall be used for fill in the mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of SECTION 2-02.51S SUPPLEMENTED BY ADDING. organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the 2-02.5 Payment (RC) native materials from becoming saturated with water. The 2. "Saw Cutting", per Lineal Foot. measures may include sloping to drain, compacting the native 3. "Remove Sidewalk",per Square Yard. materials, and diverting runoff away from the materials. If the 4. "Remove Curb and Gutter", per Lineal Foot. Contractor fails to take such preventative measures, any costs or 5. "Cold Mix",per Ton delay related to drying the materials shall be at his own expense. 6. "Remove Asphalt Concrete Pavement," per square yard. If the native materials become saturated, it shall be the 7. "Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials, to the 8. "Remove existing ,"per optimum moisture content. If sufficient acceptable native soils are All costs related-to the removal and disposal of structures and not available to complete construction of the roadway embankment, Gravel Borrow shall be used. obstructions including saw cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project,all portions p other items unless designated as specific bid items in the proposal. s Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the 2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadway Embankment embankment Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications shall be used. SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 2-03.3 Construction Requirements (RC) 2-03.4 Measurement(RC) Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to excavated from within the limits shown on the plans. Suitable measure work 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 t. 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.S 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 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 Soctio,, 1-111 1 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. 2-09.3 Construction Requirements tThe unit contract price per cubic yard shall include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: 3. "Unsuitable Foundation Excavation", per cubic yard. The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excavated Material(RC) Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project and disposing of the material. limits shall be included in the unit contract price for structure excavation, Class A or B. The unit contract price per cubic yard shall include haul. 7. "Embankment " 2:ko -Q;ttrsct-prico-Pon culaic yard fei-=zW1ba at If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distances otherwise all such disposal costs shall be considered incidental to Payment for the work. embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS costs for embankment compaction shall be included in other bid FOLLOWS. items involved. 2-09.4 Measurement (RC) 2-04 Haul Gravel backfill. All gravel backfill will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the FOLLOWS. installation of the pipe or paid for as other gravel backfill unless a 2-04.5 Payment (RC) specific separate pay item is included in the contract for gravel backfill for pipe bedding. • SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS I, "id --,'"-POF lwi:. 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 itemry of work if "Structure Excavation" or ` Page-SP-23 Revision Date:May 19, 1997 2-09 Structure Excavation 2-09 Structure Excavation rj 'Structure Excavation Incl Haul' are not listed as pay items in the contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price 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 t- Page-SP-24 Revision Date:May 19, 1997 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary Division 3 Production From Quarry and Pit Sites Division 4 and Stockpiling Bases 3 No supplemental specifications were necessary 4 No supplemental specifications were necessary No supplemental specifications were necessary for Division 3. No supplemental specifications were necessary for Division 4. t- Page-SP-ZS Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement "4 Asphalt Concrete Pavement Division 5 (2) Surface Treatments and Pavements sauplaa-ieWhen a sample from uncompacted mix is needed the Contractor shall ensure that the samples can —be obtained in $-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712. SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS 1110,'A' the.ramp le tG be taken wighou& the LAg;nea; FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose 5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lots is•-shall-ba 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 al-� a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur.-f" Determination of--statistical-Q; nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A, B, E, F. and G) shallw.iU be evaluated for quality of gradation on a dailylet basis by the Contractor. This gradation analysis shall be The IMF 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.aud 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 t3% for sieve sizes greater than 1/4" and t2% for sieves smaller than the No. 10, then Sample pe; ' the costs of the sampling and testing shall be borne by the Contractor. If the tT-est results vary from the Contractor's data ace-within the ranges listed abo aom the then Sampling and testing for nonstatistical acceptance shall be the cost of sampling and testingting will be borne by the Contracting performed on a random basis at a minimum frequency of one Agency. 1;n sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of mix under nonstatistical acceptance, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results as they become available. of -11 D. Test Methods. When sample testing of asphalt content is necessary. Aacceptance tostiag for compliance 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 Procedure; WSDOT Test Method 723-T. 3. Asphalt Cement. Asphalt Cement will be accepted #ec E. Reject Mixture wsts-based on&laic-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. 9 43. Asphalt Concrete Mixture acceptance. (Z) Rejection -by Engineer Without TestingWithgllt Testisg. 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. t Page-SP-26 Revision Date:May 19, 1997 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement a�asscial that appears defective in gradation or asphalt csmsat SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING content. Material rejected before placement shall not be THE FOLLOWING: incorporated into aa" pavement. Any rejected section of 5-04.3(10)A General (RC) compacted Feadw.a}L avement shall be removed.No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of Renton Comprehensive Water System Plan to identify locations of rejected material be tested. If the Ccontractor elects to have the 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, w"i in _ 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 924-.0 percent of the Acceptance of the initially reference maximum density rejected suspactad material will use the acceptance sampling and A4athed-2G5. The reference maximum density shall be determined testing methods. If the material does not fall within the job mix as that develo in the iob mix formula JM formula tolerances of Section 9-03.8(6)A, the mix will be rejected and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average statistical remain subject to the compaction adjustment of Section 5-04.3(10) -0f three " nuclear density gauge tests taken in and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is the Contracting Agency. placed (after completion of the finish rolling) at locations determined by ndom_ within each density lot lass. The Engineer will furnis a copy of the results of all acceptance testing performed in the field as soon as the results are availabl the he.,:....:^g of &he ..ex; ..-.,:Ag shift__ Pavement compaction below 89 percent of the reference maximum density shall not be accepted. Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5- 04.5(1)B. datsuaiaad. For compaction lots falling below a CPF of 1.00 Pay facts; and thus subject to price reduction or rejection, cores may be used as an alternatives to the nuclear density gauge tests. V4;6u-cares n4or.pauiug.—When the Contracting Agency requests cores and the level of relative density within a sublot is less than 92.0 percent, tXhe cos[ for UNI-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. t, 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 (9U percent SECTION 5-04.5 of the reference maximum density (1)tl IS DELETED AND REPLACED WITH THE FOLLOWING: A4atlod-=). If a compaction test section is requested, a Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix proven. Following determination of compactibility, the Contractor (RC) is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within considered compactible. the limits of the job mix formula shall be accepted at the unit Asphalt Concrete Classes A, B. E, F, and G constructed contract price. If the constituents of the mix fall outside the under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted (see basis of a test point evaluation of the compaction train._ The test Section 544.3(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 C In addition to the randomly selected locations for tests of the For each sublot a Compaction Lay density, the Engineer may also isolate from a normal lot any area Factor will be that is suspected of being defective in relative density. Such determined based on the relative density of the tests. The isolated material will not include an original sample location. A following table lists the Compaction Pay Factors and their minimum of three S randomly located density tests will be taken. associated relative density. The isolated area will then be evaluated for price adjustment in accordance with this tion, considering it as a separate�sublotlet. SECTION 5-04.S IS REVISED AS FOLLOWS: 5-04.5 Payment (RC) Relative Density Compaction Pay Factor (average of three tests) "Mist and/or Driveway Asphalt Conc. Approa h Cl. _ z92.0 1.00 per ton. This item, when included in the contract, includes asphalt 91.5 0.99 paving for areas such as driveways and traffic islands that are not 91.0 0.95 part of other paving work. 90.5 0.91 90.0 0.85 89.5 0.80 89.0 0.75 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 Baddill (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 and the cut or fill material. The backfill material will be placed in engineer. 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 weight. and connected to the storm drainage system where shown. The rock material shall be as nearly rectangular as possible so as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material (RC) No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective The rock material shall be hard sound, durable and free from material and to suspend any work that is being improperly done, weathered portions seams cracks and other defects. 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 Measurement of the finished rock wall for payment will be 300 pounds) each 10" in its least dimension; two-man rocks, (300 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 the nearest square yard. (800 to 1,200 pounds) each 16" in its least dimension; four-man rocks(1,500 to 2,200 pounds) each 18" in its least dimension. The 6-12.5 Payment (RC) rocks shall range uniformly in size for each classification specifies. The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall", rock in walls over 6 feet in height. per square yard. The unit price per square yard shall be full compensation for 6-12.3 Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work, The rock unloading at the site will be done in such a manner materials and equipment required to complete the installation, as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items. preceding paragraph. The walls shall be started by excavating a trench, not less than 6 inches or more than one foot in depth below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that there will be no open voids in the exposed face of the wall over 6 inches across in any direction The rocks shall be placed and keyed together with a minimum of voids. Particular attention shall be given to the placing and keying together of the final course of all rockeries. , The final course shall have a continuous appearance and be placed to minimize erosion of the backfill material. The larger rocks shall be pla A at the base of the rockery so that the wall will be stable r. Page-SP-29 Revision Date:May 19, 1997 7-01 Drains 7-04 Storm Sewers Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Where steel or aluminum are referred to in this Section in Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) corrugated iron or Conduits steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is 7-01 Drains also made to PVC. SECTION 7-01.2 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 7-03.21S 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) 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. Str. Plate Pipe _ Gage _ In. Diam.", per linear otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I. PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Str. Plate Pipe Arch_Gage_Ft._In. Span", snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment I. recommended by the manufacturer of the tubing. "St. Str. Plate Arch_Gage_ Ft. _ In. Span", per SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. FOLLOWING. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl.Haul", per cubic yard. 7-01.4 Measurement (RC) If no bid item for Structure Excavation Class A or Structure When the contract does not include "structure excavation Excavation Class B including haul, is included in the schedule of , Class B" or "Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra contract pay items. Excavation Class B". If it is not in the contract, then it shall be incidental. 7-02 Culverts 7-04 Storm Sewers SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS: 7-02.2 Materials (RC) 7-04.2 Materials (RC) 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 Q* Reinforced Concrete Culvert Pipe 9-05.3(2) izaQ 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 SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. FOLLOWING: 7-04.3(2)G Storm Sewer Line Connections�RCZ All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing by the Engineer. manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing 7-04.4 Measurement(RC) the gravel or crushed stone surfacing the manholes and manhole castings shall be constructed to the finished grade of the roadway The length of storm sewer pipe will be the number of linear surface Excavation necessary for bringing manholes to grade feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be catch basins and similar type structures. thoroughly compacted. SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes. catch basins and similar structures shall be constructed and adjusted in the same FOLLOWS: manner as outlined above except that the final adjustment shall be 7-04.5 Payment (RC) made and cast iron frame be set after forms have been placed and checked In placing the concrete pavement extreme care shall be The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way. the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adiusted complete the installation, including adjustment of inverts to until the pavement is completed at which time the center of each manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously included in the Schedule of Prices pipe bedding, as shown in the established by the contractor. The pavement shall be cut in a standard plans shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of additional payment shall be made. the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole Testing of storm sewer pipe if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks be considered incidental to and included in the unit contract prices and wedged up to the desired grade The asphalt concrete pavement for other items. shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete the edge of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture density, apd uniformity of grade. The joint between the Page-SP-31 Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS: hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC) covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of 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. "AdjustNLugiQ o Existing per each. Monuments and cast iron frame and cover: Monuments and The unit contract price per each for 'Adjust monument castings shall be adjusted to grade in the same manner Existing " shall be full pay as for manholes. for all costs necessary to make the adjustment including restoration Valve box castings:Adjustments of valve box castings shall be of adjecent areas in a manner acceptable to the Engineer. made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard. SECTION 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl.Haul", per cubic yard. Structure excavation for concrete inlets and area inlets is 7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included manhole filled with sand and compacted to 90 percent density as in the cost of the pipe. specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each. the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each. to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(I)C SUPPLEMENTED AS FOLLOWS.- FOLLOWING. 7-08.3(1)C Pipe Zone Bedding (RC) (SA) 7-05.3(3) Connections to Existing Manholes(KCI Hand compaction of the bedding materials under the pipe Where shown on the plans, new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort. manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no plans, additional structure channeling will be required. further compensation shall be made. A "Connection to existing' item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS. connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing' 7-08.3(2)E Rubber Gasketed Joints(RC) will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced or replaced at his own expense. before joining the sections. The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to ' ensure that the joint is home, as defined in the standard installation instructions provided by the pipe manufacturer. The Contractor may use any method acceptable to the Engineer for pulling the pipe together, except that driving or ramming by hand or machinery will not be permitted. Any pipe damaged during joining and joint t- Page-SP-32 , Revision Date:May 19, 1997 7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in Contracting Agency. the pipe line shall be closed with water tight expandable type sewer Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted. Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by deflected and straightened, such movement shall be held to a the following pipe to prevent movement. minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between SECTION 7-08.3(2)1 IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement, 7-08.3(2)J Placing PVC Pipe C 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 Fagiwap 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. ftPP;Q;-1 Gg the sag' SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWS: FOLLOWING: 7-08.4 Measurement (SA) 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfrll for pipe Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the calculations from measurements on the top of the pipe, or by cubic yard, including haul, as specified in 2-09., or by the TON. looking for ponding of 1/2" or less, which indicates a satisfactory Concrete for plugging existing pipes will be measured by the condition. At manholes when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely larger size pipe(s) shall be laid by matching the(eight-tenths) flow fill the pipe for a distance of two diameters. Computation for elevation unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter. All pipe fittings etc. shall be carefully handled and protected Excavation of the trench will be measured as structure against damage impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haul, equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits manner which will protect the pipe against injury whenever stored ordered by the Engineer. at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03. shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as installed specified in Section 2-09.4. The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. r. 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 1 (SA) 7-11.3 Construction Details (RC) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves "Gravel Backfill for Foundations", per cubic yard,or Ton. SECTION 7-11.30A HAS BEEN REVISED AS FOLLOWS: "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton. 7-11.3(4)A Ductile Iron Pipe (RC) "Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal or "Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If "Structure Excavation Class B Incl. Haul",per cubic yard. the pipe is shown curved in the Plans and no special fittings are Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by ' structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that "Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of incidental. the manufacturer's printed recommended deflections. f 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 7-10.41S 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) Whe;@ showii 4; he , tThe Contractor shall lay ductile 7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene 7-10.5 Payment (RC) encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and cubic- sFd. 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(1). shall not operate any valves on the existing system wiibeui-cpacif+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 I gallon per revolution. The meter shall be approved by drawings The contractor must verify all existing piping, the Engineer. dimensions and elevations to assure proper fit. Acceptability of the test will be determined as follows: Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors, as without first making the necessary arrangements with the Engineer follows: in advance. 1. The quantity of water lost from the main shall not exceed A two-week advance notice shall be required for each the number of gallons per hour as listed in the following connection which requires a cutting of the existing water mains or a table. shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour to re-schedule the connection if the work area is not ready at the test period. scheduled time for the connection. All water used to perform hydrostatic pressure shall be Work shall not be started until all the materials, equipment charged a usage fee. and labor necessary to properly complete the work are assembled on site. Allowable leakage per 1000 ft. of pipeline"-in GPH The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches disposal of unsuitable materials shoring, de-watering, foundation PSI 6' 8' 10" 12" 16" 20" 24' 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 2 0_68 0_90 1.13 28 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(I1) 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 P A hydrant meter and a back flow prevention device will be 7400 used when drawing water from the City system. These may be L which obtained from the City by completing the required forms and I- = Allowable leakage,pipeline tested making required security deposits. There will be a charge for the N = No. of joints in the length of pipeline tested water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe 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 points so that the air can be expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND expelled, the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS: pressure applied At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RC) The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be flu&Wdpoly- 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 of the-raaii;,-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 wad. made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit pumping through a positive displacement water meter with a sweep unit hand r. Page-SP-35 Revision Date:May 19, 1997 7-11 Pipe Installation for Water Mains 7-I1 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: REPLACED WITH. Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8' for 2" and 3' mechanical joints 3/4" for 7-11.3(12)D Dry Calcium Hypochlorite (RC) 4' to 12" mechanical joints, ASTM A325, type 3D, except tensile Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40 000 laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS. treating (quenching and tempering) to manufactures reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical 7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4' same as Treated water shall be retained in the pipe at least 24 hours SST 7, except 1' eye for 7/8" rod. same ASTM specification as but no long than 48 hours. After this period, the chlorine residual SST 7. at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4" least 25 mg/l. ASTM A563, grade C3, or zinc plated. S8: 51V 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. SSIO: 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 galvanized. SS17:ASTM A242, F436. S17: ANSI B18.22.1. 7-11.3(13) Concrete Thrust Blocking and Dead-Man Installation: Block (RC) Install the joint restraint system in accordance with the Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the 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. - Blocking shall be commercial concrete (hand mixed concrete 4" 2 is not allowed)and poured in place. 6" ...........................................2 8" ...........................................3 SECTION 7-11.3(I5)IS A NEW ADDITIONAL SECTION: 10"...........................................4 12............................................6 7-11.3 1 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 ioint 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 High strength low-alloy steel(cor-ten), ASTM A242, superstar with a flange by mechanical joint adapter shall be used instead, so "SS"series. as to provide adequate space for locating the tiebolts. Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained, ASTM A153 for galvanizing iron and steel hardware. no run of restrained 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 shames. longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pie and tiebolts shall be installe4 as rod guides at each joint. Page-SP-36 Revision Date:May 19, 1997 7-12 Valves for Water Mains 7-12 Valves for Water Mains Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains tiecouplings tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS: with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(I)HAS BEEN REVISED AS FOLLOWS. tiecouplings tierods and tiewashers may be galvanized as specified 7-12.3(1) Installation of Valve Marker Post C in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Where required, a valve marker post shall be furnished and Tiebolts tienuts tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with payment shall be made. 18 inches of the post exposed above grade. SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: 7-11.4 Measurement (RC) Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION. included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade (RC) shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as and no further compensation shall be made, for manholes, as detailed in Section 7-05.3(1) of the Renton Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited mains will be per each for each connection to existing water to, the locations shown on the Plans. main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to SECTION 7-11.S 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 Pipe for Water Main and Fittings In. Diam.', per with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully lineal foot. operable condition. The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one- of "_Pipe for Water Main _In. Diam." shall be full pay for fourth inch(1/4")to one-half inch (112")below finished grade. ' all work to complete the installation of the water main including but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE pipe and fittings, backfrlling, 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-IZ.S IS DELETED AND REPLACED WITH THE materials equipment for the installation of the concrete thrust FOLLOWING: blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve excavation dewatering haul and disposal of unsuitable materials, Box," per each. concrete reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor, equipment and material to blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main, installation of the pipe and no further compensation shall be made. including trenching jointing blocking of valve, painting, 'Connection to Existing Water Mains', per each. disinfecting, hydrostatic testing, cast-iron valve box and extensions The unit contract price per each connection to existing water as required valve nut extensions adjustment to final grade. mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault," per each. materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve complete in place on the water main, including trenching jointing blocking of valve by-pass assembly, cast-iron casting and cover, ladder rung concrete risers as required, adjustment to final grade. "16 inch and larger Butterfly Valve and Concrete Vault," per each. t- Page-SP-37 Revision Date:May 19, 1997 7-14 Hydrants 7-14 Hydrants The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4' shackle rods and accessories butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are and material to furnish and install the valve complete in place on outside right-of-way). the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15). casting and cover, ladder, concrete risers as required, adjustment SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE to final grade. FOLLOWING: 'Blow-off assembly,'per each. The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants (RC) shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants installation the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new Detail, latestt revision.'Air-Release/Air-Vacuum Valve Assembly," per each. hydrant). All tubber gaskets shall be replaced with new gaskets of The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same type. assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING 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 rubber gaskets shall be replaced 'Adjust Existing Valve Box to Grade (RC),' per each. with new gaskets of the type required for a new installation of the The contract bid price for 'Adjust Existing Valve Box to same type. Grade" above shall be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS: tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, including all incidental 7-14.5 Payment(RC) work. If not included as a separate pay item in the Contract, but required to complete other work in the Contract, then adjustment of Payment will be made in accordance with Section 1-04.1, for valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal: and no futher compensation shall be made. "Hydrant Assembly",per each. The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting and guard posts required for the complete installation of the hydrant assembly as ma;ks;PQG&• specified. The pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made., 7-14 Hydrants the 1 "Resetting Existing Hydrants",per each. 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"*two 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 h dram shackling, blocking, painting, and guard posts and in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment specifications and guard posts painted with two coats of shall be made preservative paint NO. 43-655 safety yellow or approved equal. Guard posts, shown on the plans shall Fire hydrants shall be of such length as to be suitable for be incidental to the contract. installation with connections to 6% 8" AND 10" piping in trenches 3 - 112 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve(FL x MJ), 6' DI spool(PE x PE),5- 1/4" MVO fire hydrant (MJ connection), 4" x 5' Stortz adapter, 1- 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 U2" 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-I5.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC) The length of sewer pipe will be the number of linear feet of 7-15.5 Payment (RC) completed installation measured along the invert and will include Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of "Service Connection_In. Diam.", per each. manhole or to the inside face of catch basins and similar type The unit contract price per each for "Service Connection structures. In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with connection, including but not limited to, excavating or (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. l 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 1-04.1. for Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal: Rigid Flexible "Plain Conc. er1-Sewer Pipe _ In. Diam.", per linear Concrete ARS-Ce foot. 514F446d-C4ay 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) ._in, Piam " Reinforced Concrete Storm$ewer Pipe -9-05.7(2) The unit contract price per linear foot for sewer pipe of the UA 4 , ciny Sc_;;-r pipe 0 05 2 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 co...o;D:s 45 14 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 tinder normal The unit contract price per linear foot for "Testing Sewer conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2). 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 RC cubic yard. When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay for all work trap in the first existing manhole downstream of the connection. It to remove unsuitable material and replace and compact suitable shall be the contractor's responsibility to maintain this screen or material specified in Section 1)A. trap until the new system is placed in service and then to remove it. "Bank Run Gravel for Trrencheach Backfill Sewer", per cubic yard. Any construction debris which enter the existing downstream or Ton. stem shall be removed by the contractor at his expense, and to The unit contract price per cubic yard. or Ton for "Bank Run the satisfaction of the Engineer. When the first manhole is set, it's Gravel for Trench Backfill Sewer" shall be full pay for all work to outlet shall be plugged until acceptance by the Engineer. furnish, place, and compact material in the trench. "Television Inspection", per Lump Sum. Page-SP-39 Revision Date:May 19, 1997 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 SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices. 8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE "Raised Pavement Marker Type I", per eachhuad"d. FOLLOWING: "Raised Pavement Marker Type 2", per eachhundsod. 8-14.3(4) Curing(RC) "Raised Pavement Marker Type 3- In.", per The Contractor shall have readily available sufficient eachkuadmd. "Recessed Pavement Marker", per eachhmadro4. protective covering, such as waterproof paper or plastic membrane, The unit contract price per eachhuad;Qd for "Raised Pavement to cover the pour of an entire day in the event of rain or other Marker Type I", "Raised Pavement Marker Type 2", and "Raised unsuitable weather. Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for 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 Dammed, 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." The monument will be furnished and set b the En ineer orb SECTION 8-I4.5 IS SUPPLEMENTED BY ADDING THE the Contractor supplied surveyor. y g —I FOLLOWING: When existing monuments will be impacted by a project, the 8-14.5 Payment(RC) Contractor shall be responsible for assuring that a registered "Curb Ramp,Cement Concrete," per each. surveyor references the existing monuments prior to construction. Payment for excavation of material not related to the After construction is complete, the monuments shall be re- established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be [Wade in SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the FOLLOWING: Contractor shall make all excavations including haul and disposal, 8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk impacted by 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-4O 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_RC� specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall If no pay item is included for temporarey impact attenuators be compacted to 95'9 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. 8-20.20) Equipment List and Drawings (RC) The Contractor shall submit for approval six sets of shop 10' drawings for each of the following types of standards called for on The contractor shall provide all material for and construct thefoundations for and to the dimensions specified in table 1 below. this project: 1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed 2. Signal standards with or without pre-approved plans. thereon. 3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation 4. Metal Strain Poles. construction site and disposed of at the contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations and signal tenon locations for each signal pole to be installed shall be troweled brushed edged and finished in a workmanship- like manner. Concrete shall be promptly cleaned from the exposed SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement. ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified curing period the contractor may install the applicable device 8-20.3(2) Excavating and Backfilling (RC) thereon. The contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the contract Table 1 plans or as directed by the engineer. Type of device Dimensions The contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia. performed at the time of the initial backfilling of the trench unless Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia. directed otherwise by the engineer. Signal Controller See Detail Sheet Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet work shall be covered until it has been examined by the engineer. backfill material used for fill around and over this conduit system All concrete foundations shall be constructed in the manner shall be free of rocks greater than two inches in diameter to a depth of six inches above the conduit. specified below: Trench within the roadway area shall use select trench backfill l• Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made which shall consist of 5/8th inch minus crushed surfacing top flush with the top of the sidewalk or island. (See detail course or other material as indicated in the special provisions or sheet schedule of prices and directed for use by the engineer. The source 2 Where no sidewalks are to be installed the grade for the top and quality of the material shall be subject to approval by the of engineer. Trench backfill within the sidewalk area shall be made the foundation shall be as specified by the engineer.(See with acceptable materials from the excavati detail sheet on subject to the de Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field. the standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by tte Engineer. The t 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 lecatieas: 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 bex6 shall be as indicated on the wiring and conduit schedule shown on plans. Conduit to be provided and installed shall be of the type s+tilitias, indicated below: 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. 2. Schedule 80 extra heavy wall p.v.c. Conforming to alrewhom in the Fun, the rgadlli;segment onwing the junG&Wn-b" ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be trade with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(6) Junction Boxes 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 "004 conformance with provisions contained in the standard plans and detail sheets. The unit contract price per each for "Type I" or "Type II" junction box shall be full compensation for furnishing same and for all costs of labor, material, tools, and equipment necessary to provide and install the junction boxes including excavation, backfilling and compaction all in accordance with plans, If allowed in the.Plans or if obstructions are encountered in specifications and detail sheets. jacking or drilling operations, the Contractor will be allowed to All iunction 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') fee,-one under and around the base of the junction box. Concrete shall be 1 foot beyond the edge of the trench. — promptly cleaned from the 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 over conduits below the roadbed, and 18 inches below finished 4' thick Class 'B' cement concrete pad enclosing the junction box as per the plans specifications and detail sheets. Installation of the grade in all other areas.. crushed surfacing and the concrete pad shall be incidental to the unit price per junction box and no further compensation will be 5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed_ restored per the Renton Standard Detail. surfacing" and/or for"concrete pad." 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 Il, system shall be single phase 240 volt,2 wire,60 cycle A.C. (street lighting non contactor, individual controlled photo-cell with no neutral wire) 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor/traffic signal, grounded neutral service) The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility. Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service conform to all Code requirements. agreement letters and numbers. The markings shall be installed on Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint shall be accomplished only at the service. conforming to Federal Specification TT-E-489. SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS FOLLOWS: "'Sr'-wo-6 Gpow;d-" Tho For,iGG g;g1ind jAswiWigAr sh-11 bo lor 8-20.3(11) Field Test (RC) S i 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 function 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) r, Page-SP-43 Revision Date:May 19, 1997 8-20 Illumination,Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust factor of 1.3 All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of weight load and 2.33 p.s.i. for basic wind 3. Anchor bolts shall extend through the top heavy hex nut two 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: the A one piece anchor base of adequate strength, shape and 6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall include removing the damaged portion of the anchor bolt, be provided with each pole. cutting threads on the undamaged portion to remain, the Anchor Bolts: installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall 7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending installed plumb, t 1 degree. moment of the pole shaft at its yield point The contractor shall assure that all anchor bolts conform to the 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 foufidstiea. 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 S-AdlFd YU;w. a black background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office. hall be stampsd on the wgo Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and the detail All new light standards shall be numbered for identification in sheets at the end of these specifications. accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts. Specification TT-E-489. The pole shall be adjusted for plumb after all needed In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using proper sized and shall plumb or rake the poles as directed by the Engineer. sockets, open end,or box wrenches. Use of pliers, pipe wrenches, The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted. on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and Page-SPd4 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 iust enough water so that the Series, or approved equal. The Contractor shall supply one copy mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the drain hole shall be left in the bottom of the grout pad as shown on supplier the standard detail. SECTION 8-20.3(I5) IS SUPPLEMENTED BY ADDING THE SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING. FOLLOWING: 8-20.3(15) Grout (RC) 8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with 600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall division 9-29 3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail. terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS of the correct type of connector and crimping with pliers, wire FOLLOWS. cutters etc will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC) appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal system conductor runs shall be attached to appropriate signal terminaloF _ 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 neat line FOLLOWING (RC) length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum 8-20.3(14)C Induction Loop Vehicle Detectors (RC) bid item. 11 Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in compression type connectors. Section 8-20.5 or as described in the contract schedule of prices SECTION 8-20.3(I4)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 furnish the engineer with a copy of the results. Payment will be made for each of the following bid items that are included in the proposal: SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_", lump sum. AS FOLLOWS: "Traffic Signal ystem _", lump sum. 8-20.3(14)E Signal Standards (RC) Trawir Signal ,,,,ol System_- 1i�^�" 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 Signal ystem _", aPA 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 rp iSS syscam GhQwa. '........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. backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot. and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth accordance with the plans, specifications and detail sheets. sawcut required for installation. The unit price shall be full "Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire, shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans, and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include waste materials. providing and installing conduit stub-outs and soldered splices, ".. .....Foundation, ......... per each.* splices to loop return cables unless separate pay items are included 'Type .... Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting *The unit per each price for (5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting. per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28 each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs' shall be done such as unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of "Concrete Pad." proper locating of loop return "Stub-out", by direct routing of "Concrete Pad," per square yard. "home runs" and by combining up to 4 pairs of loop wires in a Measurement for (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place. the area of the junction box or foundation enclosed and shall be full .......Splice kit,"per each. compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each. specifications and detail sheets. "Opticom discriminator card," per each. ....... Schedule 40 Conduit, P.V.C." per Iinear foot.* "Detector amplifier," per each. ." Schedule 80 conduit, P.V.C., ' per linear foot.* "Street light fuse kit," per each. * The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, " per each. couplings, adapters, elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post," per each. and any other material, labor or equipment necessary to complete "Pedestrian signal pole,Type I, 10-feet," per each. the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole," per each. from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole' shall be grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its exist measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing existing depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools, materials, of the conduit within the trench line. equipment and any other costs necessary and/or incidental to "Street Light Standard ......... per each. complete the installation and make the electrical equipment '.......watt...Luminaire and lamp,' per each. operational all in accordance with the plans specifications_and ........watt...Luminaire and lamp with photocell," per each. detail sheets. .......AWG....copper wire," per linear foot. "Remove existing.......Foundation," per each. "Service cabinet, ' per each. t- 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 Lsu"Iegend shall be full compensation for full and complete removal and A WHITE marking hauling and disposal of the foundation. gre{�essieatising alphabetical letters- 8-22 Pavement Marking SECTION 8-22.1 IS REVISED AS FOLLOWS: high See contract plans and detail sheets. 8-22.1 Description(RC) SECTION 8-22.3(S)IS REVISED AS FOLLOWS. Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC) A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error or "skip" pattern shall be based on meet 24-foot unit consisting within a-404ees 24-foot length of skip stripe shall not exceed plus I of a--W-feet 9-foot line and a-3044et 15-foot gap. Skip center or minus 1 inch. stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS. two way highways. Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC) Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided separated by a 4-inch ^- 11-;AG.h space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-aad-a and for channelization. Gar.-swi" pproach Stripe ' A SOLID WHITE line, 8 inches wide, used-st-€r.vwn 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(7) Removal of Traffic Markets (RC) mark stripes shall be placed on 45 degree angle and 10 =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 broken or "skip" pattern shall be based on a-49-€eet24-foot unitosuch removal. shall be made unless a separate pay item or items are consisting of a 4 -fe 9-foot line and a3Q-feel 15-foot gap. Provvidedidedfor et 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-zs-�^g-wmp. The broken or "skip" pattern shall be based on a 2_4-1 foot unit consisting of a 93-foot 8-22.4 Measurement (RC) (SA) line and a 15.14-foot gap. The measurement will be based on the travel dissaace bTg-Ps-Swipe 4 a marking system capable... Gar.Approach 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 RGh spx.6 head defined as a unit. Traffic 3.u."1egends, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols, drainage markings, and cycle detector symbols will be measured by the unit. 134P- 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-4Q-teat 24- item then removal of existing traffic markings shall be considered I foot unit consisting of a-40-Beet 9-foot line and a-304eet 15-foot incidental to the payment for other items of work and no further space. The solid line shall be installed to the right of the broken compensation shall be made, line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS Crosswalk Stripe FOLLOWS: A SOLID WHITE line,—la, 8 inches wide and 10-feet Imo, installed parallel to another crosswalk stripe-w;tk a 6 feat 8-22.5 Payment (RC) and "Painted Go"Approach Stripe", r linear foot. parallel to the direction of traffic flow and centered in pairs on lane per lines and the center of lanes. See detail sheet.. "Painted Traffic i,au.FLegend",per each. Stop Bar "Plastic Traffic A SOLID WHITE line,-4Y "Remove Paint Line .... wide," ", per each. 12, 18 or 24 inches wide t.c uaW"as noted eWacuvso-ia on the Contract plans. de," per linear foot. Page-SP-47 Revision Date:May 19, 1997 8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings "Remove Plastic Line ....... Wide," per linear foot.' 8-23 Temporary Pavement Markings "Remove existing traffic markings, 'per lump sum.* • The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH THE 'Remove Plastic Line' and the lump sum contract price for FOLLOWING. "Remove existing traffic markings" shall be full compensation for removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RQ and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation or for markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the other items in the contract and no further compensation shall be contract or included under "Traffic Control,' if that item is made. included as a bid item. The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and equipment necessary for the completion of the work as specified. Page-SP-48 Revision Date:May 19, 1997 9-00 Definitions and Tests 9-02 Bituminous Materials Division 9 material for payment may be produced for use on a project until the 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 9-00(A) Recycled Materials (RC) specified unless there is a need to make an adjustment toin the JMF. The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to practicable provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations applicable requirements described elsewhere in the contract and shall include as a minimum: specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement. the Contractor. c. Asphalt grade. d. Mixing temperature. 9-02 Bituminous Materials e. Compaction temperature. f. Anti-strip agent content. 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources SECTION 9-02.1(10)IS A NEW SECTION: of materials be made, a new JMF must be approved by the Engineer before the new material is used. 9-02.1 10 Loop Sealant (RC) Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, loop sealant shall be hot-melt rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal) shall meet the penetration, flow and resilience The """' g;-d—iop of Qe CQMplated asphalt GQar.;ate mix sulainivad by the CgAtwQW; in be Mix 110494R specifications of ASTM D3407 and shall be installed with an approved applicator in conformance with manufacturer's recommendations. The contractor shall request and obtain approval from the aau,,ilwa. Engineer for the type of loop sealant to be used before installing 23, Job Mix Formula Tolerances awl Adjusuawacs. 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®ate passing 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% 1 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). Fes•--'he 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. the 1gwFao4Q;, Note 2 — 0.5% if less than 21% 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 t. 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 a,—A,d.}ustMoats spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. SECTION 9-05.7(4) IS SUPPLEMENTED BY THE FOLLOWING: 9-05.7(4) Testing; Concrete Storm Sewer Pipe Joints Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS spaGAUn ieas. FOLLOWS: 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) 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) 2. ^ z,s 4- wills by ^ 4375 inch (milli"` Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam aluminum ceatar. coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE FOLLOWING: Steel spiral rib storm sewer pipe shall be manufactured of i 9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel_and s (RC) 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 11 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 4375 inch high (measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an direction of the ribs) The radius of bend of the metal at the allowable tolerance of+ 10 percent. coglers of the ribs shall be 0.0121 inch with an allowable tolerance of-10 percent. 9-06 Structural Steel and Related Materials SECTION 9-45.12(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 AS 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 a�sket 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 to Gm QC tho fQ1'Q;;'iAg on the top end. 2 The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans and/or supplemental plans or specifications provided by the manufacturer. All anchor bolts nuts and washers shall meet the pole 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). bg 9-08 Paints SECTION 9-08.81S A NEW SECTION: 9-088 Manhole Coating System Products (RC) For spiral rib storm sewer pipe helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 114 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-SI 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 Surfaces: Concrete Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein, shall Su comply with applicable sections of the National Electrical Code. Surface Preparation: In accordance with SSPC SP-7 8, Detector loop wire shall be No. 1244 AWG stranded (Sweep brush off blast) copper wire, Class B, with chemically cross-linked polyethylene Application: Shop/Fieell d The drying time type RHH-RHW insulation of code thickness. between coats shall not exceed Communcatons cable(11) �'�t— ii bl (6PCC)-shall meet REA 24hours in any case specification PE-39 and shall have six-fai&-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 DF1)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 awg. 9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or Admixtures polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted SECTION 9-23.9 IS REVISED AS FOLLOWS. into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 9-23.9 Fly Ash (RC) 4. Shielding: A corrosion/oxidation resistant tinted ethylene Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A 9-29 Illumination, Signals, Electrical .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 ASTM, Standards, to be used in all installations under roadways. With petroleum-polyethylene gel filling compound including the 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield. Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FOLLOWING: 9-29.9 Ballast, Transformers (RC) 9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal Junction boxes shall be reinforced concrete with galvanized beard. steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE (Diamond pattern)as indicated on detail sheets. FOLLOWING: The inscriptions on the covers of the junction boxes shall be as follows: 9-29.10 Luminaires (RC) 1. Signal only: "Signals" The filter shall bd charcoal with elast-omer gasket. 2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cobra 3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. The above inscriptions shall not be higher than the top surface of the cover plates. t- Page-SP-52 Revision Date:May 19, 1997 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical The manufacturer's name or symbol shall be clearly marked re-energize without change. on each luminaire. 9-29.11 Control Equipment wd„ 5. Conflict Monitor. Upon sensing conflicting signals or SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take operate on 120 volts 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of artery sensitive element connected to necessary control relays. The unit W4" 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 Immediately 000 watts of incandescent load as a minimum. 9-29 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, l - 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 go into internal pre-emption which will give the authorized vehicle 9-29.13(2) Flashing Operations (RC) the right of way in the manner shown on the phase sequence 2. Police Panel Switch. When the flash-automatic switch diagram. located behind the police panel door is turned to the flash position, c. Pre-emption Indicator Lights. the signals shall immediately revert to flash; however, the Optical Detector controller shall "STOP TIME." When the switch is placed on a. Shall be of solid state construction. automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system 8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation. flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature range of-40°F immediately resume normal cyclic operations at the beginning of to +180°F(-40°C to +85°C). artery gsaoa ely low. , d Shall have internal circuitry encapsulated in a semi- 4. Power Interruption. On "NEMA" controllers any power 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 a 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. 1. Page-SP-53 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Discriminator Each module shall do the following: a. Shall provide for a minimum of two channels of optical detector input. b. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre-emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency .r,k f-tutees allgws_retimiAg n gapc-,,.,, vehicle. sctustiea� 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(n 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 shalt ....,,fQpm In P=TA ...,..nogg TD" 16 as functioning properly shall not relieve the contractor of any by these SPOG-rig—igAr -A-1 the rGA&;nGt 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 >~'69, pin a rgmegwag ping shall be wil;•,a,l as AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) TAbowto paAW itr.1;66 aptagle ma.0 1- Page-SP-54 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Power Switches Computer Interface Unit There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command or load switching devices. information from the computer all in conformance and within the capability of the multisonic master computer unit and the Stop Time Bypass Switch interconnect cables. There shall be a switch in the cabinet identified as the stop SECTION 9-29.I3(7)D IS REVISED AND SUPPLEMENTED time bypass switch. If the intersection is placed on flashing AS FOLLOWS: operation either by the flash :;witch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets (RCLSA controller shall immediately estop 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 claa; normal cycling operation while: the intersection remains in flashing aaedizod—sheet aluminum, or cast aluminum. Cabinets shall be operation. finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or DETECTOR test switch aluminum in color. As an alternate to painting, the outside and inside of the aluminum cabinets may be clear anodized aluminum. Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with: (spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets The convenience outlet and lamp socket shall have a three point latch. b. A police panel door with a stainless steel hinge pin and A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 3/4 inch long and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet. cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off" Fail Safe Unit position A second switch shall be the auto-flash switch. When placed in the "flash" position controller power shall remain on and Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the shall monitor both the positive and negative portions of the A.C. auxiliary panel described later. sine wave for all green, amtrer and pedestrian walk indications. c The duration of a display of conflicting indications shall not be long Cabinet doors shall be gasketed enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene. They shall be equipped with initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two- the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind.. manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly. e The Controller cabinet shall have a load bay panel with at Surge Protector (Lighting,Arrester) least the following items mounted on the face of the panel: transfer relays; load switches; and terminal blocks for termination 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 diiagram on the plans. If a different SECTION 9-29.1tS 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 stgnal 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. t. Page-SP-55 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads(RC) All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied plates shall be finished with two coats of factory-applied traffic traffic signal gt"u- ely low baked enamel. The inside of visors, signal yellow baked enamel. The inside of the visors and front of front of back plates,and louvers shall be finished with two coats of back plates shall be finished with two coats of factory-applied flat flat black enamel. black enamel. Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED. between the signal head and mast arm. All mounting hardware 9_20 Trat't'ic SigpW Boa& (RC) will be of the top-mount plumbizer type as shown on the standard pans, 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 9-19 16(3)H 31 inch Polywrhonate Uai G Sig;:: miscellaneous mounting hardware shall be stainless steel. Heads (RC) SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS. SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings Eight inch conventional signals shall employ a 67 to 69 watt (RQ traffic signal lamp rated for 13042A volt operation, 595 minimum Pittings or. Type 44 and N mounts shall be installed initial lumen, 665 rated initial lumen, 8,000-hour minimum, +1apaiatedrAll otlw&_hardware for otswr_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 gin-baked enamel. =130 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 (RQ Detector amplifiers shall be Detector Systems model 810A or I SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. equal. ' Housing (RC) Induction loop amplifiers installed with NEMA controls shall 9-29.16(2)B Signalconform to current NEMA specifications. Amplifier-s inst Each lens shall protected with a removable visor of allod aluminum of the tunnel type, unless specified 36. 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 iacaadesGoAt- 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-has high Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in SECTION 9-29.16(2)D HAS BEEN DELETED AND width. REPLACED WITH. Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal ellow enamel. 9-29.16(2)D Back Plates (RC) VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION: half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type (RC) 5-inch square cut border and painted black in front and yellow in The fiber optics; shall be drawn from optical glass of high back. purity. The fibers shall be temperature resistant. The fibers shall be resistant to the UV light emitted by the halogen lamp and shall maintain their high transmission properties throughout the lifetime Page-SP-56 Revision Date:May 19, 1997 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(l) IS DELETED AND REPLACED WITH 1 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 finish Painting a Thea fi shall have a hexagonal bundle format. The common bundle end nish coat shall bee a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked and each arm end shall be epoxied and optically polished. The light source shall Ix; a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel. of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12). temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING: hours. The coating shall not dissolve during this period. The lamp shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors together with the fiber shall produce a light intensity as high as (RC) 3800CD. The 115-volt primary 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet. aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I. Type Orange and one of Lunar White. The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp) display shall not require a cone for magnification, and shall provide 5. Contactor relay for each circuit a wide viewing angle. Each ruessage shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240 light points. All components shall be fastened to the flat black volt matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for with no message legible. The low power consumption lamps shall utility plugs) be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal service 9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles All neon grid heads shill be equipped with Z crate visors 11. Name plates phenolic black with white engraving except made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws. a rugged plastic module. 12. Meter base sections are unnecessary SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING: The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC) electronic ballast, no external transformer, and operate at 30 watts. The pole mounted terminal box shall be made of molded The heads shall display two symbol messages, "hand" (for the do not walk mode) in Portland orange and "Man' (for the walk fiberglass be grey in color, be approximately 16" high x 13-7/8" mode) in lunar white. The message module shall consist of two wide x 5-7/8" deep and have a minimum of 16 terminals on the neon gas tubes enclosed in a housing made of polycarbonate terminal blocks The box shall be weather tight have a single door plastic. The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the visors shall be flat black in color. door locking side All hardware will be stainless steel. All — mounting hardware shall be stainless steel and shall be incidental to SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The [Harker step 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. Alt 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 sttall 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 II" deep and cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock. Page-SP-57 Revision Date:May 19, 1997 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) SECTION 9-30.1(I)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Groundhog. SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED 9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING: 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 52511 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 MBcII. Installation shall be per the City of Renton Standard Detail, Approval of valves other than models specified shall be latest revision. obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation 24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line. diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS: Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. 9-30.3(8) Tappit:g Sleeve and Valve Assembly (RC) Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron staialass-stab 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 epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail, parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) requirements of AWWA Standard C-550 latest revision. Valves shown on the plans. , shall be provided with two (2) internal 0-ring stems seals. The Temporary blow-off assembly on new dead-end water main shalt 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 the directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment integrally cast. Manufacturers of Resilient Seated gate Valves shall provide shall be made. the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE specifications. FOLLOWING: Valves shall be designed for a minimum water operating pressure of 200 psi. 9-30.5 Hydrants (RC) End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa, Corey Type (opening with the mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening. Clow, M&H Style 3067, Mueller Series 2370, Kennedy. Compression type fire hydrants (opening against pressure) Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929, Mueller Super Centurion obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-85. in diameter shall include an 8'x24" cast iron gate valve box and extensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE All 12 inch diameter and larger resilient seated gate valves FOLLOWING. shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.50) End Connections (RC) Hydrants shall be constructed with mechanical join_t connection unless otherwise specified in bid proposal description. t- Page-SP-58 Revision Date:May 19, 1997 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant ' THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions. Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS: valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 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 ailloy, hardcoat anodized. Threaded end portion shall have no lugs .and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC) Stour face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. 1 1 1. Page-SP-59 Revision Date:May 19, 1997 1 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 - Aimendments," 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 EMBANEAIENT (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 ' RESPONSIBILTTIIES 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 Baclfilling, Controlled Density 09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added. PAYMENT "Measurement" drywells added. (March 3, 1997) "Payment for Material on Hand" revised. SECTION 3 ' l0.AP1 SECTION 1-10, TEMPORARY TRAFFIC 02.AP3 SECTION 3-02, STOCKPILING CONTROL (March 3, 1997) AGGREGATES (March 1997) A new Amendmenl.. Sub-section 1-10.3(5) Temporary Traffic Control Devices is revised. "Asphaltt Concrete Aggregates" revised. Sub-section 1-10.5 Payment is added. "Conformance to Established Standards", "Traffic SECTION 5 Control Labor" and "Payment" have been revised. 04.AP5 SECTION 5-04, ASPHALT CONCRETE PAVEMENT (September 30, 1996) A new Amendment. Sub-section 5-04.3(10)B Control is revised. r. Page-SP-60 Revision Date:May 19, 1997 WSDOT AMENDMENTS WSDOT AMENDMENTS , SECTION 6 SECTION 8 02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT ' (March 3, 1997) MARKERS A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997) Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1 section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub- Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is 02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is ' Subsection 6-02.3(6)A Temperature and Time for supplemented and revised. Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. Curing Concrete is added. 10-AP8 SECTION 8-10 GUIDE POSTS "Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996) and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials 10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction (March 3, 1997) Requirements is revised. A new Amendment. Sub-section 6-10.5 Payment 11.AP8 SECTION 8-11, GUARDRAIL is supplemented with an additional item. Sub- (March 3, 1997) section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised. added. "Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP (March 3, 1997) SECTION 7 "Materials", and "Measurement" are revised. 05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATOR CATCH BASINS SYSTEMS (March 3, 1997) (March 3, 1997) Revised to include drywells. New standard item Construction Requirements revised. 1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC , Revised standard item 7345 `Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL Manhole". (March 3, 1997) 06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4) ANCHORS Foundations is revised. Sub-section 8-20.3(13)A (March 3, 1997) Light standards is added. This section is deleted in its entirety. "Equipment List and Drawings" revised. 08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQUIREMENTS (March 3, 1997) (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) 17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4 (March 3, 1997) Measurement is revised. A new Amendment. Sub-section 7-17.3(2)C "Materials" revised. Infiltration Test is revised. Sub-section 7-17.2 Materials is added. ' "Infiltration Test" revised. 18.AP7 SECTION 7-18, SIDE SEWERS (October 28, 1996) r- Page-SP-61 Revision Date:May 19, 1997 ' ' WSDOT AMENDMENTS WSDOT AMENDMENTS SECTION 9 IO.AP9 SECTION 9-10, PILING (September 30, 1996) O1.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. (March 3, 1997) "Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted. 04.AP9 SECTION 9-04, SOINT 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. 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS CULVERTS, AND CONDUITS (September 30, 1996) A new Amendment. Sub-section 9-17.1 General (March 3, 1997) is revised. A new Amendment. Sub-section 9-05.6(4) Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM) 9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996) Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1) Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub- 06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised. RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS, (March 3, 1997) ELECTRICAL A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996) Strength Bolts is revised. A new Amendment. Sub-section 9-29.4 "High Strength Botts" and "Anchor Bolts" are Messenger Cable, Fittings is revised. revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION Specifications. GEOTEXTTLE 09.AP9 SECTION 9-09, IMABER AND LUMBER (September 30, 1996) (March 3, 1997) A new Amendment. Sub-section 9-33.2 A new Amendment. Sub-section 9-09.3(1)B Geoteztile Properties is revised. Placing in Treating; Cylinders is revised.. r. Page-SP-62 Revision Date:May 19, 1997 �/1 O Fri^� �/1 H� 0 w a 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 Dcr- :r-r, :' herein for pre-bid information. N 40th SO Meadow Ave N Storm System Project-Special Provisions ' Page I H:\DIVI SION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/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 1-06.1 Source of Supply and Quality of Materials (Supplemental Section N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 2 ' H:\DI V ISION.S\UTILITIES\DOGS\1999\99-033.DOC/DWG/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 ir. 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 t 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) Additional General G n Section 1-06.7(1) e e ( ) 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) N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 3 H:\DI VISION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be submitted on 8'/2"xl l", 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 12. Maintenance requirements ' 13. Wring 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 4 , H:\DI V ISION.S\UTILITIES\DOGS\1999\99-033.DOC/DWC/tb ' In making a request for substitution, Contractor represents that he has personally investigated proposed product or method and has determine,' that it is equal or superior to, in all respects, the product spe^ificl'l Contractor shall coordinate installation of accepted substitutions =;Ito the work, making changes that may be required for work to be ao ,-pleted. 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 G�4F,F e (Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 OFF'. 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 ce�asq all construction operations at the location of such potential cultural resources fired. 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 tl-�ese potential cultural resources and make recommendations to the State Hi.,torcal Preservation Officer. If the archaeologist, in consultation with State Historic N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 5 H:\DI V ISION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb Preservation, determines that the potential find is a significant cultural resource, the ' Owner shall extend the duration of the Work Suspension Order. 4. Suspension of work at the location of the find shall not be grounds for any claim by the Contractor unless the suspension extends beyond the contract working days allowed for the project, in which case the Engineer will make an adjustment for ' increased cost of performance of the contract. 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. Responsibility ' 1-07.13 Contractorsp ty 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 N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 6 ' H:\DI V ISION.S\UTILITIES\ROCS\1999\99-033.DOC/D W C/tb as to demand immediate repair, the Owner shall have the right to correct and cost 'Lhareo,� shall be borne by the Contractor. 1-07.16 Protection and Restoration of Property p rtY i1-07.16(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 pro l i i ate 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 4i-um movement or damage by the Contractor. All existing markers and/or monuments thG' ire damaged or removed for construction purposes shall be referenced by survey ties an6 'F;i-en replaced by the Contractor. The Contractor shall coordinate work with the City EFc:-,icer and City staff to reference the markers and/or monuments and replace them, as required by state law. All existing property comer 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 7 H:\DI V ISION.S\UTILITIES\DOGS\1999\99-033.DOClD W C/tb 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. 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 1 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 8 H:\DI VISION.S\UTI LIT►ES\DOCS\1999\99-033.DOC/D W C/tb A. "Business day" means any day other than Saturday, Sunday, or a legal local, sL,_, ir, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral suppo t of G n underground facility, penetration, impairment, or destruction of any undergrourrd protective coating, housing, or other protective device, or the severance, partial or 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 Fe�ject Plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility" means an underground acility which has been identified but cannot be located with reasonable accuracy. tH. "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 knclude 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 com-lection 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, mz�:iholes, attachments, and those parts of poles or anchors below ground. ' M. "One-number locator service" means a service through which a person C=� notify utilities and request field-marking of underground facilities. (1984 c 144 2.) N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 9 H:\D[V ISION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb 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 , 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 -Attorney's Fees. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 10 ' H:\DI V ISION.S\UTILITIES\DOGS\1999\99-033.DOC/DWC/tb r A. Project owners shall indicate in bid or contract documents the existence 0 underground facilities known by the project owner to be located within the proposed ' area of excavation. The following shall be deemed changed or differin- site conditions: 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; r 2. Plan the excavation to avoid damage to or minimize interference with underground facilities in and near the excavation area; and 3. Provide such support for underground facilities in and near the constr_,L ion 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 perforrin that obligation shall be liable for any damages. Any clause in an excavation coo tract which attempts to allocate liability, or requires indemnification to shift the ecoi vonlic consequences of liability, different from the provisions of the chapter is ape irlst public 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 dar4�aged underground facility may be buried until it is repaired or relocated. rB. 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). N 40th St./Meadow Ave N Storm System Project-Special Provisions r Page 1 H:\DI V I S[ON.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb 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 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. Worker's compensation: (under limits of liability stated on the City of Renton Insurance Information for enclosed within Attachment A). N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 12 H:\DIVISIONS\UTILITIES\DOGS\1999\99-033.DOC/DWC/tb B. Comprehensive General Liability: (under limits of liability stated on the City of Renton Insurance Information form enclosed within Attachment A). Policies shall include premises/operations, products, completed oper.1olw, independent Contractors, Owners and Contractors protective, Explosion, Col)'apse, ' 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 1 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 ror- 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" c'V" not ' less than Al2. 1-07.18(4) Endorsement (Addition) The 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 t Iled out and appropriately executed: C. Insurance Endorsement (enclosed within Attachment A herein) executed by an appropriate representative of the insurance company(ies). N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 13 H:\DI V IS I ON.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/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. 1-09 MEASUREMENT AND PAYMENT 1-09.8 Payment for Material on Hand (Addition) Section 1-09.8 of the Standard Specifications is supplemented with the following: , N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 14 H:\DIVISIONS\UTI I.ITIES\DOGS\1999\99-033.DOC/D WC/tb The Contractor is cautioned against placing orders for full quantities of materials ur '' too 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 f�) be approximate only and, unless otherwise specified, the City will in no way be respo osible fc ' 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 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 IJ-io final estimate of the Engineer, less any deductions for failure to complete the wort, withir. the time specified; and less any deductions for claims and damages paid by the City rue 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 responsib1ity to ' perform the work indicated and no other compensation will be allowed. 1-09.9(2) Retainage 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 ail 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 SubconfTac or ' shall submit to the City of Renton, and to the Department of Labor and Induf tries, 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 15 H:\D[V ISION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/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. New Section 109.14(1) Basic Bid ( ) This section is an outline of the basic bid which determines 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 16 H:\DI V IS[ON.S\UTILITIES\DOGS\1999\99-033.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: iA. 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 -11 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 4;i11 hf considered complete compensation for all materials, equipment, and labor requil-ed 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. rBid Item 2: Construction Surveying, Staking and As-Builts (LS) Construction surveying, staking, and as-built notes and information shall be supplied by f Fie Contractor as provided in Supplemental Specifications 1-05.5(4) and 1-05.5(5). All sul ley 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 sivnG.#Ijre per Supplemental Specification 1-05.5(5). The surveyor shall provide the as-build sc [sip 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 aum amount bid, which payment will be considered complete compensation for all rnacrials, equipment, labor, as-built information, and licensed surveyors seal and signature re,uired to complete this item of work in accordance with the Contract Documents. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 17 H:\DIVI SION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb 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. The Contractor shall develop a 'red lined" erosion control plan and submit it to the City for 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. , 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 sluffing, 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 18 , H:\DI V ISION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb t The Contractor shall submit a Shoring Plan to the City showing how shoring wiii 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: 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 Thermopastic 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 materiG't 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 ;ja l" price. 1 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 excavate6 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 length through all fittings and from center to center of catch basins. Payment for Furnish and Install 18-inch CPEP Storm Pipe of the type and class shotfn wflf 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, manhN' connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimental-ion control, cleaning, and testing, and temporary bypass of all storm system flows during construction etc. required for complete installation, and to complete the ,'Vork in accordance with the Contract Documents. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 19 H:\D[VIS[ON.S\UTILITIES\DOGS\1999\99-033.DOC/DWG/tb Bid Item 7: 12-inch CPEP Stormwater Pipe (LF) , This item includes the complete cost to furnish 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 Thermopastic 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 8: 8-inch DI Stormwater Pipe (LF) ' This item includes the complete cost to furnish and install the 8-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 N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 20 H:\DIVI S[ON.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb i 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 materi-,i meeting the general requirements for select borrow material, the maximum particle °aize 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 8-inch DI 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 i construction etc. required for complete installation, and to complete the work in accordance with the Contract Documents. Bid Item 9: 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 provide a common proposal for bid purposes. The actual quantity used in construction may N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 21 H:\Dl VISIONS\UTILITIES\DOGS\1999\99-033.DOC/DWC/tb 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 10: 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. ' 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 11: Connect To Existing CB Type 2 (EA) This item shall cover the complete cost to connect the new storm system to the existing i Type 2 catch basin in Lake Washington Blvd. (sta. 5+67), and any other similar structures. The price includes excavation, protecting existing CB, any temporary bypass needed to accomplish the connection, core drilling, joints and gaskets, 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 resulting from the Contractor's operation shall be repaired at no expense to the City. Payment for Connect To Existing CB Type 2 will be made at the per each unit 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 22 , H:\DIVISION.S\UTILITIES\DOCS\1999\99-033.DOC/D W C/tb Bid Item 12: Connect To Existing CB Type 1 (EA) This item shall cover the complete cost to connect the new storm system to the existing Type 1 catch basins (sta. 7+23, sta. 134+49), and any other similar structures. The price includes excavation, protecting existing CB, any temporary bypass needed to accorl'�s fish the connection, core drilling, joints and gaskets, 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 resulting from the Contractor's operation shall be repaired at no expense to the City. ' Payment for Connect To Existing CB Type 1 will be made at the per each unit 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. Bid Item 13: 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. Bid Item 14: 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 23 H:\DI VISION.S\UTILIT[ESIDOCS\1999\99-033.DOC/DWC/tb 1 Bid Item 15: 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 16: Furnish and Install Concrete Inlet (EA) This item shall cover the complete cost to install new Concrete Inlet. 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. Concrete Inlet shall be per City of Renton Standard Detail B 010. Payment for Furnish and Install Concrete Inlet 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 Cast Metal Inlet (EA) This item will be used if the clearance from existing utilities is not sufficient to place a Type , 1 Catch Basin and the location can not be modified to allow placement of the Type 1 CB. In that case the City will determine if a Cast Metal Inlet will be installed instead of a Type 1 , CB. This item shall cover the complete cost to install new Cast Metal Inlet. This item includes , all elbows and fittings needed for the inlet. 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. Cast metal Inlet shall be per Olympic Foundry Cast Metal Inlet, Frame, Grate, and Elbow part No. B4, or approved equivalent. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 24 H:\DI V IS[ON.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb Payment for Furnish and Install Cast Metal Inlet will be made at the per each unit bid price which payment will be considered complete compensation for all labor, equipmen C d materials required to complete this item of work in accordance with the liL' i Documents. Bid Item 18: 6-inch DI Stormwater Pipe (LF) This item will be used if the clearance from existing utilities is not sufficient to place a Type 1 Catch Basin and the location can not be modified to allow placement of the Type 1 CB. In that case the City will determine if a Cast Metal Inlet will be installed instead of a Type 1 CB. This item includes the complete cost to furnish and install the 6-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 i;ches above the top of the pipe, and compacted to 95 percent maximum density. The cor":ractor shall ensure proper placement and compaction of pipe bedding under the pipe haur-hes. 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 partic-le size shall not exceed 3 inches, and has a moisture content that will allow at least 90 Dercent compaction when placed. Payment for excavated soil backfill shall be included in ti ie 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. tMeasurement of DI Storm Pipe will be based on lineal footage measurements hor'ZZontally over the centerline of the installed pipe, including the length through all fittings err from center to center of catch basins. Payment for Furnish and Install 8-inch DI 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 N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 25 H:\DIVISIONS\UTILITIES\DOGS\1999\99-033.DOC/DWC/tb construction etc. required for complete installation, and to complete the work in accordance with the Contract Documents. Bid Item 19: Remove 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 20: Remove 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 21: 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 N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 26 H:\DIV ISION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb i Import backfill will be paid under a separate bid item. Asphalt restoration will be pair, : raer separate bid items. ' Payment for Remove Existing Stormwater Pipe will be made at the unit bid price wh. -h payment will be considered complete compensation Jor all labor, equipment and materiaos required to complete this item of work in accordance with the Contract Documents. Bid Item 22: 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 the abandoned 6-inch Water pipes at sta. 10+15. 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 requi e-d to complete this item of work in accordance with the Contract Documents. Bid Item 23: Lower Side Sewer (EA) ' This item will be used to lower any side sewers that may be encountered luring construction of the new stormwater line. Side sewers shall be lowered to clear t 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 ,hall be 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. The minimum slope for the side sewer shall be at least 2%. 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 f�wering 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 Thermopastic 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 '11he pipe haunches. Payment for bedding material shall be included in the unit price. N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 27 H:\DI VISION,S\UTI LITIES\DOCS\1 999\99-033.DOC/D WC/tb 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 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. Bid Item 24: 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 25: Install ACP Trench Patch 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. This item includes asphalt placement around catchbasins and construction of asphalt curbs. 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. The ACP layer above the crushed surfacing shall be 2-inches of class "B" asphalt. ACP replacement and restoration shall meet the specification detailed in Special Provisions Section 5-04 and the Supplemental Specifications Section 5-04. No additional payment will be made to correct ACP not installed in accordance with the Specifications. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 28 ' H:\DI V[SION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb Old asphalt, soil, and other excavated material will be disposed of offsite. Payment to f a i 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 ' 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 nor 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, equiprfierli 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 26 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 arid 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 thri actual quantity used varies by more than 25 percent. N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 29 H:\DI V ISION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/tb 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 27: Restore Complete Project (LS) 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. This item includes restoration of all grass and gravel surfaces adjacent to the work area. All grass surfaces shall be raked smooth, have 4 inches of topsoil placed, and shall be mulched and hydroseeded. The topsoil shall smoothly tapered into adjacent surfaces. The contractor shall salvage and preserve, and replant any existing shrubs that are 1 disturbed during construction. If the existing shrubs die the contractor shall replace them with shrubs of the same species, size, and density. The contractor shall warrantee all ' shrubs for one year after completion of the project. The contractor shall replace any shrubs that die within the one year period with new shrubs at no cost to the City. All replacement shrubs shall have the same one year warrantee and replacement guarantee. This item includes restoration of all pavement markings including stop bars, striping, and buttons, with new markings. Restoration shall include replacement of all existing markers and monuments that are 1 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. 1 1 N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 30 , H:\DIV ISION.S\UTILITIES\DOCS\1999\99-033.DOC/DWC/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. 1 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 31 H:\DIVISIONS\UTILITIES\DOGS\1999\99-033.DOC/DWG/tb 1 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, i 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. for Provided Disposal Site Addition , 2 02.3(7)D Contractor p (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: N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 32 WDIVIS ION.S\UTILITIES\DOGS\1 999\99-033.DOC/DWC/tb Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be i� 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: iIf 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. t5-04.3(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. N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 33 H:\D[VISION.S\UTiLIT1ES\DOGS\1999\99-033.DOC/DWC/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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 34 H:\DI V ISION.S\UTILITIES\DOGS\1999\99-033.DOC/D W C/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. 5-04.6(4)A Preparation of Existing 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions Page 35 H:\D[VISION.S\UTILITIES\DOGS\1999\99-033.DOC/DWG/tb 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. ' N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 36 H:\Dl VISION.S\UTILITIES\DOCS\1 999\99-03 3.DOC/DWC/tb 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 Miraf `, OF ' 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 37 H:\DI VISION.S\UTILITIES\DOGS\1999\99-033.DOC/DWG/tb 8-04 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. 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 38 H:\D1V1S10N.S\UT1L1T1ES\D0CS\1 999\99-033.DOC/D W C/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 incidental and included within the unit bid prices in the contract. N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Page 39 H:\DI V(S[ON.S\UTl LITI ES\DOGS\1999\99-033.DOC/D WC/tb DIVISION 9 MATERIALS 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. 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. N 40th St./Meadow Ave N Storm System Project-Special Provisions , Page 40 H:\DI V IS10N.S\UTILITIES\DOCS\1999\99-033.DOC/D W C/tb ' 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. fPerform 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. ' 9-16.7 Warranty Hydroseeded areas will be inspected 1 week after germination to determine if coverage of 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. 9-16.8 Payment See bid items descriptions for units of measure and payment. N 40th St./Meadow Ave N Storm System Project-Special Provisions ' Pale 41 H:\DfV[SION.S\UTILITIES\DOGS\1999\99-033.DOC/DWG/tb 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � TRAFFIC CONTROL r INFORMATION i i 1 1 1 1 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 ( ) WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: I NOTES: 1) CALL 911 (USING LOCAL PHONE) OR (263) 854-2005 (USING CELL PHONE), FIRE & 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 andRE CE COPY T- TRACTOR agree to comply with all traffic regulations of the City of Renton. PECTOR NEIL WATTS SIGNATURE: DATE: JIM R GEReER JIM GRAY c\VMFM 0PMAroas\rcr\cnunH1 l 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.: SS##: HOME ADDRESS: WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR: WASHINGTON STATE DRIVERS LICENSE NUMBER: h:\division.s\tanspor.tat\operatio\ta f-coa\Ctnes TYR SIGNS BARRICADES USED IN ROADWAY CONSTRUCTION AREAS m ROAD CLOSED ROAD CLOSED TO LOCALTRAF�1:0 TI1RU TRAFFIC ROAD 4e•xno• tco'xao• so"xao' CLOSED ILK.ON SILVER(REFL3 BLK•ON SILVER(REFL3 DMON SILVER (REFL.) LOCAL • TRAFFIC ROAD DETOUR ROAD ONLY CONSTRUC710t CLOSED AHEAD AHEAD AHEAD 17>0 TYPE III BARRICADE TYPE III BARRICADE 48•X48" 48•X 48' ORANGE: ON SILVER (REFL) 48•X 48' ' BLK.Ott ORANGE(REFL) 13MON ORANGE BLK.ON ORANGE �. .� (REFL.) IREFLJ Q 0AHEAD 48•X24• 48•X240 48•x 48• DMON ORANGE BLK. ON ORANGE BV.ON ORANGE (REEL.) (REFL.I TYPE 1 BARRICADE (REfL1 ORANGE ON SILVER TYPE It BARRICADE ORANGE Ott SILVER (REFL3 (REEL.t END DETOUR X x CONSTRUCTION 60•X24' 48OX IB' tt.P.ti. BLK ON ORAWA BLK.ON ORANGE 24'X24" (REFL.I (REFL.I DLK.OtI ORANGE• _ LOCAL (REFL) DETOUR TRAFFIC ONLY VERTICAL PANEL 48*X18m ORANGE ON SILVER 18" TRAFFIC PORTABLE BIK.ON ORANGE '�0'X38" (REFLa COVE DELINEATOR (REFLa BLK ON ORANGE (REEL.) ORANGE ORANGE w om mom Em m NOTES I. Floodlights shall be provided to mark flogger stations at night. ��WORIc 2. If entire work area is visible from one station, one flogger-may 1 h� be used, otherwise two flaggers and signing will be required each G20-2o 1Y11 direction. 3. Sign sequence is the some for both directions of travel. I p0 4. See Buffer Dato Table. Use of buffer vehicle is recommended. I � � it may be o work vehicle. If buffer vehicle is used. minimum X ,�a 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 ° vehicle is not used, minimum distance shall be "B". xy13 00 5. Steady burning warning lights (Type C. MUTCD) should be used to mark channelizing devices at night as needed. See p 4Pr`' y' o e 6. Either reverse cone toper or sign G20-2o may be used to show end ,a y of work area. y�e M20-7a BUFFER DATA / 'h\ �*W'c Buffer Space _ Speed (MPH) 25 30 35 40 45 50 (optional) B (FT) = 55 85 120 170 220 280 ption (Opti Onol) Buffer vehicle Roll Ahead Distance ✓ ONE LANE 4 Yard Dump Truck stationary CHANNELIZING 1 -I' R 24,000 LBS Operation DEVICE SPACING IFT) / MPH Taper Tangent W20-4 R (FT) = 100 35/50 30 60 1rJ k� 25/30 20 40 (opt i ono I ROAD WORK IFOR. LOCAL SIGN SPACING TABLE AHEAD� � A LEGEND �O Speed X W20-1 AA (' CV UBE °°° Chonneliiing Devices 45/50 MPH 500'± t" FIagger 35/40 MPH 350'± 8 Type A Flashing Warning Light 25/30 MPH 200'± TRAFFIC CONTROL PLAN WASHINI4 siAX oVMTKW OF TAu (Ana Typical application of traffic control devices on T ADOPTM a two-lone highway where one lane is closed and • CITY OF RENTONou flagging is provided. • • sdarePl.m Lap Dab lOnO/1995 Plan No K.02 SP PAGE K002 wmws� maw: wmm mow moo " NOTES �B� 1. See Buffer Data Table. Use of buffer vehicle R o is recommended. It may be a work vehicle. If buffer vehicle is used, minimum distance from end of toper to work area shall be total of "R" ° ? (roll ahead distance) plus length of vehicle, plus ° ° T WORK p '"B"" buffer space. If vehicle is not used, minimum AREA distance shal I be �"B"". x x L/3 I 100" 1 L 2' MIN 500' MAX G20-2o ROAD Z uffer vehicle with END WORK SHOULDER beacon (opt i ono 1) ROAD roR1 WORK (See Note 1) AHEAD or reverse cone toper to W20-1 W21 5 show end of work area CHANNELIZING MINIMUM TAPER LENGTH DEVICE SPACING (FT) = L IN FEET MPH Toper IT22gert Lane Posted Speed Width (MPH) 35 3o so (feet) 25 30 35 25/30 20 40 10 105 150 205 11 115 165 225 l2 125 180 245 SIGN SPACING TABLE 2 n Speed x BUFFER DATA IF/�O WI V L O 6n An L 35 MPH 350"f Buffer Space Q ICJ IE H C u S E' 25/30 MPH 200'± Speed (MPH) 25 1 30 35 B (FT) = 55 85 120 Buffer Vehicle Roll Ahead Distance 4 Yard Dump Truck Stationary 24,000 LOS Operation R (FT) _ )oo TRAFFIC CONTROL PLAN LEGEND ■MNIMTa s Alt KPAaMn OF TaAasroatATIM MCM °°° Channelizinq Devices AI)OP18D CrrY OF REN'ION A A SOodud Phm Typical application - shoulder work on urban street LAM Duo Ional�s with minor encroachment on traveled lone. Plan No K-13 SP PAag K017 GENERAL NOTES O Mq_g(L) Fleshing waming lights (Type A, MUTCD) should H W be used to mark barricades at night as needed. Signs RII-2 and W20-3 may display the optional message"STREET"as appropriate. FIRST STREET Signs RII-3 1Road(Street)Closed to Thru Traf- M4-9(L) —fic",or Fill-4"Local Traffic Only"may be sub- sMuted for sign RII-2 where applicable. c /Ma-10(R) DETOUR For additional guidance,"Second Street"street o u �' 0 name signs,D3-I,may be used with the M4-9 G20-2 W rrnn r 0 W detour signs,and may be black on orange. anol3a C D RII-2 W = The two M4-9(R)detour signs on Second Str- 70 �l Q est should display an advance arrow when In- M4-9(R) M4-9(R) O stalled mid-block. wo a W20-2 SECOND STREET wORK AREA W20-2 W20-3 0 W D m G p W20-3 -i RII-2 Q M4-9(R) p yJ = r- O � J LaiDETOUR H of = rn in a C V r.+ r 11— r n O 'v cz v M4-10(R) i G20-2 anoiaa THIRD STREET M4-9(L) w z z W W Q < W z F p z = 7 0 W W 0 t � a V O W W TRAFFIC CONTROL PLAN TYPICAL APPLICATION—DETOUR SIGNING FOR STREET CONSTRUCTION PROJECT IN A STREET GRID. LEGEND TYPE III BARRICADE Y ADOPTED U�� O CITY OF RENTON • • STANDARD PLANS 'AN N IST DATE:17-Jul-81 SP PAGE: K013 �Y CITY OF REiNTON SURVEY CONTROL NETWORK Vertical Control 3rd Order, 1st Class i North American Vertical Datum 1988 Meters i Horizontal Control 2nd Order, 1st Class Norlh American Datum 1983/1991 Meters 1 st Printing January 1995 Revised &Reprinted January 1997 j CITY OF RENTON SURVEY CONTROL NETWORK The City of Renton Survey Control Network is the result of a three year project by the Technical Services Section of the Planning & Technical Services Division of the Planning/Building/Public Works Department and several private surveying firms working for the city. The purpose of this network is to provide an accessible common datum for all public and private projects within the city. Thus facilitating city wide infrastructure management and analysis and assuring compatibility between the various utility systems and system projects. This project started in 1992 with the formation of a Horizontal and Vertical Control Network Committee to prepare a plan for the development and maintenance of a Survey Control Network for the City. The committee members were: Robert Anderson PLS; Bush, Roed & Hitchings, Inc., Carrie Davis; Technical Services Section (Recorder), Abdoul Gafour; Utility Systems Division, Arneta 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. ed the standards specifications and phasing for all ensuing work. The commttee develop p 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, lst Class, northing and easting values for 122 monuments in and around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision 16 Janu , 1997 TS SERVER//SYS2\MAPS\33m\control\scn.doc 1 � 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 61414 adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617) and re f e re,c, provided substantial agreement(less than or equal to 5mm) with 5 others. 4- urve Control Network street The City, in 1995, will have reference points set for all S y „a Jaz centerline monuments not currently referenced. Over the next several years monuments in 1614cd 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 111,000 at 470 33' N to the north and thus for most survey work will have no impact on surveys covering less than 1.5 miles. 1 TS_SERVER//SYS2\MAPS\83 m\control\scn.doc 16 January, 1997 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 31' 5796334.450 30.88349 0.99999693 470 32' 5794481.441 30.88349 0.99999395 470 33' 5792628.431 30.88349 0.99999105 The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2 shows the scale factor due to elevation. TABLE 2. SEA LEVEL REDUCTION TABLE Renton Elevation Sea Level Feet Factor Sea Level 1.0000000 500 0.9999761 1000 0.9999522 The worst case relative accuracy for an elevation of 650 feet with an interpolated scale factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative accuracy of approximately 1 in 25,000. It should be noted that Washington state uses the US survey foot and the conversion between feet and meters is 3937/1200 or 3.28083333 feet per meter. An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and around Renton yields a conversion factor of +1.092 meters going from NGVD 1929 to NAVD 1988. The information in this document has been extensively reviewed but there is always the possibility that some particulars of the monument locations, descriptions or values are either misleading or incorrect. If any such errors are found please contact the City of Renton's Mapping Supervisor at 277-5569. This document will be updated on an ongoing jbasis as monuments are upgraded, added or as corrections are made. TS SERVER//SYS2\MAPS\33m\control\scn.doc iii 16 January, 1997 CITY OF RENTON Mtn s...__ . sE .._.� SURVEY CONTROL NETWORK 1893 LEGEND Q � , S t Horizontal �. ....... ......... & Vertical 2222 Horizontal Only SE 86th o . :... 3:3.3 3 Vertical Only 1835 SE 8 :SE::::8 SE....9::.. 53rdS.t................... �. ....... .. .::�............ ... o �j 0 650 1300 1 :7,800 ... .S 1�Y U TECHNICAL SERVICES ... ♦ 1. P/B/PW TECHNICAL SERVICES / MOM Nz 5432 1�th St . . ..... .. O 5429 2168 .... .... ..... ..... ..... ..... ---------- 1834............. � ...... �..._..._ .... ..... .. PI ... ..... ..... f .o• 2 YOU : :•:•• fS�' £ w ,4 1 .... ..... ..... ..... ..... ..... • j + lLj� .4 {S i > i } ..... .. i+j t N 40 h :. f : - .......... ... E f ......, ..... ...... .. .... ..... .... IR, i. � .... ..... ` ;: ' St s,. z / >-N 37th , : .....AK.,........... .:._ o ` /.. a> M - 21: 1; fNE 36th `I / ......... ,�...�.�.. I �,,.vk.:.St = ` ::::::...mM Nam..36 thx St ..,.�::. .. : � h.. .�.:�..w...........> ...._. `x $ N 35th St ' ` : z# } t >• Cp :�.::............. .�,� -----__-----`:::_:.--.w::,w:....:::........v I N3thSt ¢ { 4 C ; ; ': :::..•a,�;::k,::::::::::::::.... .:w;.:,;....:::::' �' ......... ,t f7* N 3rd : : 3 _ PI < f ....a..:..:... .........:::::::::.:..•��.r........ 526 '33rdL.<ti L..> 33.�..d:. �. :............. �.�,:..._...._......_.. .............._......._,..� .... ....: :} f #.. .•� N 2 d Sty t ; ,.. -- ....................v�.a..............,�w 3 n I N 32nd St ............ 1.... :.............. ... /� ........ f :° £ NE 31 st St •i:3::. :t;.:{` £T::x•:v:•a.. „n'i4 +:: il• • •:nv:4%.5:..:YMc•L.}:{J ..5•':•-••�..........,,.vn..n.....::::::.:.w.x...+v:w: :_.. ................. v:...................v.•.v::.+.w..............Jw...,w•..•.,,w......., 7 .. �"•., r�.::+w+ •• .•.:.,,� µ3:4th .�•>:4 N 30th St 1 f N 30th St v�...,,.....:: . :::.:.,... ................ .. h... 1.. N 29th St9 — 341 ...:.,.... v ............... _ ........• N 28 th St 2 6 6 ` ' y� th St � 1886.•�' .. ...w..,..... .:{ ....... v`.{...•.............-::.:..v+.�. ..................... :nv...v. 5305 t SECTION 32 T24N R5E W.M. 24-Oct-96 Horizontal: NAD 1983/91 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.: 75.552 341 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 NORTHING: EASTING: ELEVATION: 61.343 526 Location: Top of hard nail 2' east of centerline intersection of Park Avenue North and North 33rd Place. Monument: TOP OF HARD NAIL NORTHING: EASTING: ELEVATION: 55.501 5432-1 i SECTION 32 T24N R5E WA, 24-Oct-96 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 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. Monument: BRASS NAIL ON CONC DN 0.76' IN MON, CASE NORTHING: 58361.030 EASTING: 396532.414 ELEVATION: 31.919 1893 Location: Found a 3-1/2" flat brass disc with a punch mark on concrete post monument down 1.5 feet in a monument case at the constructed intersection of SE 80th Street& 116th Avenue SE. Monument: 3-1/2 IN BRASS DISC W/ PUNCH ON CONC MON, IN CASE, DN. 1.5, NORTHING: 59950.899 EASTING: 398179.509 ELEVATION: 97.925 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 corner 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 1.2' 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 r r 5432-3 SECTION 32 T24N R5E W.M. 24-Oct-96 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters 2116 Location: Found a standard Coast& Geodetic Survey (CGS) bench mark brass disc, NGSarchive no. SY0159, stamped "N 3841959", 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 32.2' 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 1112, 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 NORTHING: EASTING: ELEVATION: 12.848 2186 Location: Found a standard Washington Geodetic Survey (WAGS).bench mark brass disc, National Geodetic Survey archive no. SY0161, stamped "8 A 19", set in the top of a concrete post monument buried approximately 1' below the ' ground, on the westerly side of Lake Washington Boulevard, approximately 3.5 miles northerly from its intersection with Bronson Way, at the crossing of a gravel road over a railroad leading to the Bardee Mill Company, approximately 189' northeasterly of the center of the crossing, approximately 3.6' east-southeasterly of the east-southeasterly rail, approximately 76'west- northwesterly of the centerline of Lake Washington Boulevard, approximately 25' south-southwesterly of a steel pipe supporting a "6" sign, approximately 12' westerly of a witness post and approximately 3.5' lower than Lake Washington Boulevard. Monument: ARCH # SY0161, CGS DISC IN TOP OF CONC POST MON, STA 8 A 19 WAGS NORTHING: EASTING: ELEVATION: 11.138 5432-4 e r � STANDARD PLANS DETAIL S 1 1 1 1 1 1 1 1 1 1 PAY LIMIT FOR TRENCH EXCAVATION AND BACKFILL SINGLE PIPE TRENCH 6'-0' SEE STANDARD PLAN H032, H032A FOR STREET RESTORATION REQUIREMENTS d ° BACKFILL MATERIAL NATIVE IF IT MEETS SPECS, OR IMPORT PER SECTION 9-03.19 (BANK RUN GRAVEL). d ° ° ° d d ° d g , STORMWATER PIPE 4 V-o. PIPE ZONE MATERIAL PER SECTION 9-03.16 BEDDING MATERIAL FOR THERMOPLASTIC PIPE 6' EXCAVATION OF UNSUITABLE SOIL AND d 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 3' v \ �O TAPER AS NEEDED -- -s- -- ME TAPER NEW CURB INTO EXISTING FLOW DIRECTION CURB OR ASPHALT, EACH SIDE B' 3'�//k TYPICAL SECTION TYPE 1 CB TYPICAL ASPHALT CURBS APPX. 36' SLOPE Appx. (SLOPE 12 D LOCATE COLLECT FLOW FROM SHOULDER SHOULDER SLOPE O� �- u10 FLOW EDGE OF ASPHALT. NOTE — ALIGN VANED GRATES MAY VARY RELATIVE WITH FLOW DIRECTION TO CB LOCATION TYPE 1 CB TYPICAL ASPHALT PAD r r� r r r r r •� �r rr r► �r �r r� �r r rir ■r rr Frame and grate or ring and cover NOTES x x 1. Handholds in riser or adjustment section shall i s z `, I Riser or adjustment section have 3', MIN clearance. Steps in catch basin 2 sholl have 6" MIN clearance. No steps are co �; Handholds required when "B" is 4" or less. For details see Standard Plan "Miscellaneous Catch Basin 8„ :• Flat slab cover Details' 2. Precast bases shall have cutouts or knockouts 20"' X 24'" or I with a wall thickness of 2"" MIN. Hole size 24" DIA Steps and ladder shall be equal to pipe outer diameter plus P 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. 4. The bottom of the precast catch basin may be x i- • '�'. rounded. a Z � I 1 j 5. Frome and grate may be installed with flange N I I down or cast into riser. 1 I m I I I � I I I I I I 1 I I I I I z I z Reinforcing steel (for precast base with integral 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„ 01�6:: • - ` i • Precast base with integral riser 54"" DI Gravel backfill for pipe bedding, 60 DI �6'I 6"" MIN compacted depth. For precast If j I bases only. • For separate cast in place Separate cost in place or separate precast base CATCH BASIN TYPE 2 48' DIA, 54" DIA. OR 60" DIA 0"" R;ng Reinforcing steel (for separate base only) ■s■LD,o■■5alfxr.■,wnorna,sronulo■ 0.23 50 IN/FT in each direction for 48"" DIA a.s�la.■.s.l■cso■ 0.19 50 IN/FT in each direction for 54" DIA 0.25 SO IN/FT in each direction for 60" DIA _... ADOPTED �r CITY OF RENTON S—dard Plam PRECAST BASE JOINT y.=a-as cmcn ae,In I .le.■Iar,w a e a •■■ We Dap 3R6/1995 DETAIL a-,-sa "0a°in°�>CI 01:i.:i`el.°awwln .----ana vD D•rs asylslw r ■v •rnl'D w.n Nn R J11F SP PAGE B02/ NOTES: aa�o D D Frame and grate o (see Standard Plan I. If wire mesh is used as an alternate to rebar, 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. SA 30'- 3. Knockouts may be on all four sides, either round or "D" LA shape. Pipe to be installed in factory supplied knockouts. Hole size shall be equal to pipe outer 6" Riser Section diameter plus catch basin wall thickness, 20" MAX. 5 1 - '3 Bar hoop6 4. The maximum depth from the finished grade to the pipe invert is 5'-0 . h S - 5. The taper on the sides of the precast base section and 011 riser section shall not exceed 4%. 2 2A 6. Frame and grate may be installed with flange down or cast into riser. 12"" Riser Section j 12'" 2 - e3 Bar hoop fh Precast Base Section (Measurement of the top A, d 3"" / \ Al?,,,, of the base) 13 Bar each corner------ 2" Q CATCH BASIN TYPE I 03 Bar each side ADOPTED 13 Bar each way 1tY O CITY OF RENTON A Standard Plans 5-26-95 Revised precast base :.orlon and notes. FP Last Date 5/26/1995 5-T-93 Revlsed notes and resigned. c10 _ DATE REv1514R SP PAGE LOlf�IIT APFR'D plan No B-01 NOTES ,o d Frame and grate 1. If wire mesh is used as on alternate to rebcr, it shall D� (See Standard Plan not be placed in the knockouts. v for details) 2. The bottom of the precast base section shall be minimum 4" thick and may be rounded. 3. Knockouts may be either round or "D" shape. Pipe to be installed in factory supplied knockouts. Hole size shall be equal to pipe outer diameter plus concrete 5 S' inlet wall thickness, 18" MAX. a 3 ,LIN 20" 6" Riser Section 4• The toper on the sides of the precast base section and riser section shall not exceed 4%. 5. Frame and grate may be installed with flange down or 5 cast into riser. One - 03 Bar hoop �I5 5 S•- yq `)0,, 12" Riser Section j 12" Two - 03 Bar hoop : ! Precast Base Section 2CO � (Measurement at the top / \ / of the base) ti 03 Bar each Garner / �. I N CONCRETE INLET Jr"rlrw,�hq nwten I OrU�11.ry� , / wr�ra.�rrrs ira 03 Bar each side .ty ADOPTED top and bottom ti O CITY OF RENTON A + Standard Plans One -03 Bar `A across bottom I 3 95 RtvlstC Prtcosl Bost tecrlon ona notes FP -- �N�'y Last Date 1/03/1995 10-II-93 11tvitt0 notes and reslgne0. SJD B O 1 1 O DATE REVISION BY APPR'D Plan No B-26 SP PAGE �■r r r� r r r � r r r r r �r +� r �■ r r � oda Dp Frame and grate NOTES: G (see Standard Plan I. If wire mesh is used as an alternate to rebor, it v for detoiI shall 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. 5 S , 5D 3 3. Knockouts may be on all four sides. Pipe to be 'Lp 20.� installed in factory supplied knockouts. Hole size shall 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" or 12" Two 03 Bar hoop for 12" 5. Frame and grate may be installed with flange down or y . cost into riser. p0 3 6" Reducing Section 6 - 2a 20'- 0 / Two 13 Bar hoop y 9 " Precast Base Section \�N Measurement of the topl / l\ of the base J a I \I I I i MyN 13 Bar each corner CATCH BASIN TYPE IL �I1 VASNIM[[Ot STA1[IPM11[tt[Ir ItIA"IAIIW &—I..YAfMlwtlp. *3 Bar each side L,. ADOPIF-D -1--/ 1� CfTY OF RENTON / ♦ ShrdArd PIA. [-[s-ts a«I•N P««.•..•.«.i>.sa ro.«. .� t.st Date 5R6/1995 '3 Bar COCK way [s-/_ss[A.a.N ro»v.a..a o»e. s�o v o[r[ Atnst» t. w•o M—N.n J IA SP PAGE 130I 4 16" 1 1/2" 13 3/4' 13, ---�t -7 16' 11 1/2' 7' ell 1 5/16' INITIAL SET71NG�� 7 1/2' 18 1/4' GRATE PADS PAVEMENT 7/8' z t t/2' z t/8' —� 18 1/4' 16 1/4' 1' 11 1/2' DIA. 5•� r..; n `rSTING Ft—, 6• N 3/4� 1/2•' \ I \_TS. 01 BE�TURNED —T TO MEET OUT— _ -------___--- LET PIPE N OUTLET PIPE ' o R-9" R=10 1/2' 60 60 n 5"- L/2 io, DIA.--i �x. 1 16' 14' 11/16" 1/4' GALV. 1 11/16' 1 5/16' h STEEL CHAIN. N WELD ENDS + TO GRATE AND FRAME ' 1/8' PAD _ REFJ OF231 NOTES: TERLAL: DUCTILE IRON, ASTM A-536, O LYMP I C FOUNDRY, INC. CL 80-55-06 CAST M ETAL I N LET FRAME, GRATE, AND ELBOW APPROX. WEIGHT: GRATE - 66 LBS., FRAME - 99 LBS., OUTLET - 95 LBS. RATING - H2O PART NO. B4 NOTES 1. Proprietary catch basin step3 and approved alternate plastic loddersore acceptable. •6 Bars of 7'" centers bottom Noce 2. Catch basin step legs shall be parallel or approximately I� with I" MIN cover ��� `��` raddial at the option of the manufacturer, except that 2"• all steps in any catch basin shall be similar. Cleoronce ��'I� i �l Penetration of the outer wall is prohibited. TYP Iyl�� 1 � ) 3. Opening in top slab may be 242" x 20" x 24" D I A. \ I � 2' MIN 4. As an acceptablee alternate to rebar, wire mesh may be used. 96" TOP SLAB TYPICAL ORIENTATION 3 FOR ACCESS AND STEPS 85 Bars at 6" centers =� bottom face with I" MIN cover 2" 1; 12" MIN Clearance •B Galvanized deformed rebar TYP z n u = HANDH LLD 112'" MIN n 11 3�" Center to center r � zo" --� 12" MIN T 72" TOP SLAB Ul PREFABRICATED LADDER u H U CATCH BASIN STEP DROP RUNG 14 Bars at 6" centers CATCH BASIN STEP /\ bottom face with I" MIN cover 2 C I earonce MISCELLANEOUS TYP �/ 24" I5� CATCH BASINDETAILS WAWNGTOW fA 0..r1�. r�fMIrCTUt 2 OF W~0NIATION 0 •3 Bar (See Note 4) ' -12 1" clearance �'' /.a ..emu ADOPTED GRADE RING 3T��FPR,nNTON 48 , 54" AND 60" TOP SLAB _,-, ,,,,- - s-r-ss •..i,•r.•o .•ei..m ems aw.•.•s.. �F '� last Dam 5R6/I995 ..v"•a. s,o N rWE SP PAGF,B035 r. � Plan No B-017. r rr rr rr r�r rr rr rr rr r■ rr rr rr rr rs rr rr r +r --{� 1/2" WEB 8 PL. 1/2" x 3" x 3/8" NON-SKID PATTERN CAST INTEGRAL ON TOP 26-3/8" �p 0 V= �0g{l�p 0 25-1/4" 0 2 4'0. 1 23-1/4" 3/4" FRAME (NON-LOCKING) COVER (NON-LOCKING) 33-1/4" A FOR 5/8"-11 N.C. x 1-1/4" SECTION A-A B S.S. SOC. HD. CAP SCREW (3 REQ'D.) 1/2" TYP. TYP. NON-SKID PATTERN 5/8" 3/8" 1-3/8" r 2.. 0 0 A �°o°moo 0 B T �[ 1-7/8" TYP. 0 1" SEAT -� I-2-1/2" 25" 2" RAISED LETTERS AS REQ'D. SEE NOTE No.3 BELOW SECTION B-B UNDERSIDE SHOWN FOR CLARITY 3/4" CORE (TYP.) ON 23" B.C. DRILL AND TAP 5/8"-11 N.C. 1-1/2" CORE (TYP.) (LOCKING) ON 23" B.C.(TYP. 3 PL.) FRAME (LOCKING COVER (LOCKING). NOTES: MANHOLE FRAME AND COVER 1. FOR NON-LOCKING USE OLYMPIC FOUNDRY No. MH 30 OR EQUAL. tiCY p ADOPTED 2. FOR LOCKING LID USE OLYMPIC FOUNDRY No. MH 30 D/T OR EQUAL. U� CITY OF RENTON 3. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER), + + SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). $ STANDARD PLANS tN t0 LST DATE: 12/96 10 17 96 Ediled nolea. DCV AG DATE REVISION BY APPR' DWG. NAME: BR29 SP PAGE: B074 ' 2s" 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" xm PLAN I - • I 18"x24" 9/16" 1 1/2" (+1/32", -0" ---- - 4" ` GUTTER �----- 16"x22" -----� 3/4" CATCH BASIN WALL 17 3/4"x23 3/4" EXTRUCED CURB (+1/32", -0" TYP) SURFACE WATER UTILITY 25"x31" CATCH BASIN FRAME & GRATE DETAILS NOTES: ELEVATION (SHEET 2 OF 2) 1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE titY p ADOPTED 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG. U '{ CITY OF RENTON 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER. j. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. STANDARD PLANS FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL. N r0 IST DATE: 12/96 DATE REVISION BY APPR' DWG. NAME: BR-18A SP PAGE: B020.� r a. rr rl rr rr rr rr rr rr rr rr r rr rr r rr 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 — BAR 1" THICK 1 3/ TYP. 4 PLACES 3WVN ONnOJ O aCD BARS 1 5/8" THICK 00 I O v � THIS AREA O BARS 1 3/8" THICK r THIS AREA N n J L — + -- I I � 3 SINVl(1llOd ON drin HY]INIS Ol IIVdlno TOP VIEW 2 BOTTOM VIEW 2 1/2" c^� 2" 7/16" 23 3/4" 0 LEVELING PADS v` 8 — 3/4"X 1 3/4"X 1/8" END VIEW 7/8" TYP. SLOT 1/1 6J R=7 1/4" 1 1 1/4" / 1 3/8" 1 3/4" 7/8" 3/4" ROUND ELLIPTICAL TANGENT BETWEEN TWO RADII 23 1/2" I �3/4 OPTIONAL DESIGN FOR GRATE OPENING ENDS SIDE VIEW �111 �J 5/8" SURFACE WATER UTILITY NOTES: CATCH BASIN FRAME & GRATE DETAILS 1. SLOT FORMED AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEAD SLOT DETAIL (SHEET 1 OF 2) (ALLEN HEAD) BOLT. Aa CY p� ADOPTED 2. GRATE SHALL BE DUCTILE IRON. CITY OF RENTON 3. SHALL CONFORM TO SEC. 9-05.15 OF THE STANDARD SPECIFICATIONS. + STANDARD PLANS 4. USE VANED GRATE IN CURB LINE. 'P�,N COS tsT DATE: 12/96 5. USE FRAME SHOWN IN STANDARD DETAIL D—7. 6. GRATE IS OLYMPIC FOUNDRY #SM50G OR EQUAL. 1 12 9s IREFORMAT TO 11"07" DCV DT DATE REVISION AY APPR' DWG. NAME: BR—18 SP PAGE: 0020.1 23 3/4" L J MOIJ =1 T FU p c- C _n FT FOR SLOT DETAIL SEE u STD DETAIL DWG D-7 z _ 0 o 0 0 c z -0 00 U) 17 3/4" c m z D m Z m r--� FLOW 2.. LEVELING PAD (6 MIN) 1/8"X 3/4"X 2 1/4" 3/8.. 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. 5. SHALL CONFORM TO SEC 7.05 OF THE STANDARD SPECIFICATIONS. tiCY p ADOPTED 6. WELDING IS NOT PERMITTED. G• CITY OF RENTON 7. EDGES SHALL HAVE 0.125" RADIUS, 0.125" CHAMBER OR COMPLETE DEBURRING. STANDARD PLANS 8. USE A BI-DIRECTIONAL VANED GRATE IN SAG VERTICAL CURVES. �N t0 LST DATE: 12/96 12 96 1 REFORMAT TO it"x17" 1 DCVj DT DATE REVISION BY APPR' DWG. (TAME: BR-02B SP PAGE: 6019 rr r� err rr rr rr it r r� rr rr rr rr Irr rr r �r r rr 1' 1' 2.5' MIN MIN MIN MIN MIN 6.5' MIN. 1' 1' 2.5' -.{ 1' 1' MIN IMIN MIN I MINI MIN 2" CLASS 'B'-/ FACE OF CURB OR EDGE OF PAVEMENT * ACP CLASS 'E' OR 'B' 2" CLASS '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 G~�Y (�� ADOPTED CITY T RENTON ♦ + �♦ STANDARD PLANS t N'Co LST DATE: 12/96 * SEE DWG# HR-05 FOR MINIMUM STANDARDS DATE I REVISION I BY IAPPR' DWG. NAME: HR-23 SP PAGE: H032A LANE LINE MARKING 7'-8" STANDARD VEHICLE WHEEL PATH U3' 4.5' 3' MIN. MIN. MIN. L > > ACP CLASS MIN. MIN. 'E' OR 'B'' 6" CRUSHED SURFACING CLASS "B" TOP COURSE 2172" SAWCUT AND REMOVE EDGE OF PAVEMENT, OR GRIND, SEAL EDGE OF CURB & GUTTER, WITH AR4000W OR CENTER OF LANE LINE 2.5' #MINIMUM ACP CLASS 'E' SHALL BE: MIN. "PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS CRUSHED ROCK, FLOWABLE FILL & INDUSTRIAL ACCESS STREETS - 6" ACP CLASS 'E' OR 'B' OR AS REQUIRED BY ENCINEER RESIDENTIAL ACCESS STREETS - 2" ACP CLASS 'E' OR 'B' LANE WIDTH OVERLAY "NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT - FOR FLEXIBLE PAVEMENT ONLY St ADOPTED SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR CITY OF RENTONDETERMINING PAVEMENT THICKNESS. STANDARD PLANS LST DATE: 12/96 DATE REVISION TBAPPJ DWG. NAME: HR-05 SP PAGE: H032 R/W I I 1 --------__-_ I r------- 12' MIN. EXISTING 6' SEWER -r I STUB (REMOVE TO R/W) L-J EXISTING SANITARY SEWER (REMOVE) CAP --- EXISTING SIDE SEWER r 6"x 4" REDUCER 6" WYE 1/8 OR 1/16 BEND AS REQUIRED PROPOSED 6" SEWER STUB NTS MAIN RUN SIZE X 6" TEE TYPICAL STUB CONNECTION FOR SEWER REPLACEMENT Uti•C p� ADOPTED A rim CITY OF RENTON PROPOSED SEWER MAIN STANDARD PLANS ANT LST DATE: 12/96 DATE I REVISION I BY IAPPR'Dl DWG. NAME: BR33 SP PAGE: 8079 PROPERTY LINE 3'-0" MIN. r 61_011 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 WARDING 'SEWER' WITH 3" HIGH BLACK LETTERS, Q: AND #6 WIRE WRAPPED AROUND THE STUD AND 6" SIDE SEWER AND BUILDING SEWER w I EXTENDED TO THE TOP OF THE STUD. 0 a 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. 60" ALLOWABLE MAX. VITRIFIED CLAY, PLAIN AND REINFORCED CONCRETE, D1 PIPE AND C1 FOR CAST IRON PIPE PIPE SEWER MAINS ARE TO BE CORE DRILLED OR DUCTILE IRON PIPE. 105 MIX RETE BLOCKINGL i / GQN 2/ MIN SLOPE / HORIZONTAL 6" SIDE OUTLET TEE 6" MIN. SEWER MAIN SEWER MAIN STANDARD SIDE SEWER INSTALLATION CONCRETE BLOCKING ANGLE OF TEE AT MAIN OVER 25 TYPICAL SIDE SEWER ELEVATION (SEWER MAIN TO PROPERTY LINE) ELEVATION 1 ADOPTED NOTE, CITY Or RENTON 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. LRT DATE: l2/15/9l GATE I REVISION I BY 1APPR'Q1 DWG. NAME: BR39 SP PAGE: B078 FIGURE 5AAK GRAVEL AND WIRE MESH FILTER 181' Min . Gravel (12" Min . depth) Runoff Water with Sediment __.^..._ __ o . I =1111 III►I`r � "~ —11111=11 1==,,Ilill`III oo —�11 '�11---►' . �,��,�—�,���1_,u� IU==1111_ oa oo �--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 Wire Screen Filtered Water Runoff Water with Sediment all d . L Sediment Drop Inlet with Grate FIGURE 5.4.41 FILTER FABRIC FENCE INLET HARRIER Drop Inlet with Grate � Stakes Y t4 j 1A C Filter Fabric Stakes Filter Fabric Runoff Water ,Washed Gravel with Sediment Filtered Water 12" Buried Filter i Fabric 40'. FILTER FABRIC MATERIAL 60" WIDE ROLLS. USE STAPLES OR WIRE RINGS TO ATTACH FABRIC TO WERE. 2" BY 2" 14 GA. WIRE FABRIC OR EQUIV. I I I NOTES: T-o I I I II 1 1. FOR SHEET RUNOFF OR FOLLOWING DISCHARGE FROM A II I SEDIMENT TRAP OR POND. II 5'-0" BURY BOTTOM OF FABRIC 2. MAXIMUM SLOPE STEEPNESS PERPENDICULAR TO FENCE I I -+i----------- MATERIAL IN 8' BY 12" TRENCH LINE IS 1:1. -- ---I+--- 2 -6 II II 6' MAX ,'1 3. MAXIMUM SHEET OR OVERLAND FLOW PATH LENGTH TO II 11 THE FENCE OF 100 FT. 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" 12.. AFTER EACH RAINFALL AND AT LEAST DAILY DURING WASHED GRAVEL BACKFILL 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. U�iY O� ADOPTED CITY OF RENTON BRUSH BARRIER N TS STANDARD PLANS %Myo 1ST DATE: 12/96 DATE REVISION BY APPR' DWG. NAME: BR21 SP PAGE: B066 r 1 ^� �"'"1 O (N� l ' U H 0 � � � � � � � � � � � � � � w LEGEND Water Meter taur (feet) _ SSS Sanitary Side Sewer - / -»-- Existing Sanitary tory Sewer Main fV Y ` 8 rM5 Existing Water Main ~ ''0-3'"c ,/ Fn / - i"''- --+- Existing Stormwater Pipe New Stormwater ipe p. \ P UGP Underground Telephone Underground Gas rC UG7 Un G Und and.Gas \ r CUL v /�' r 1 LJ >Q o-p/ �y i' ,` / � E 5-Pyc n 4 s `„` �' EXISTING,RR SPIKE UP ri7'S FACE P.P. - 1 - i /r, / N SIDE M 40th t15•E OF C PARK AVE N a4 9M 634-638 ELEV-101.78 O /. /o / \ / '\• 4t 301AI,R34_483.1 / .:� 1 �'.. -/ ✓ >l../.SC" ..W-i2 _sa7.0C -�+E' ="OcG1 E _GNC c i r1 PlAta a6C -r 6^EC.1'['.:ONC r=a 5.0 -__-. 8 DEG, Ia OF;°. 7536�A, j' .P P�FE=90. .'/ ,:`,4�, s'%a ,M1Y' , \ 6'"C"RI_ 5.0 J � _ A,"n i't.�>c� AS?,. W :` //,! `e0J �% GRASS CB 2A.-' ASPHALT PAD T�Qr.C. 60e(` - - - ._ C� - -i 0RA..-. INSTALL ASPHALT CURB � 3 -x_ _GRATE a " •\ ERAS_ .. t'1 d -. j SEE TYPICAL DETAIL O ti - \ SLOPE TO GRATE .R:+SA r" c. i-/_ -- _"es--��-+�_-��__ : ----• -__ IJ - _ -_ .J -x x '�' _ } �. ._ \f -12 Q F ._ytyi O+Op.$QaC4. ACA IErl i r C x C:) I _--- -----fir J y39+88 35 '- �B�.4A Z A.LN R SSME`P,4 8 c�-,.-- 5 Sl IaIH� :li'MH 17 t^r '- OM F_ CB 2 N. 40TH ST RIA 3;69 i 'Ell �9 C 4 N. P 7. C p C,WA 8 VI;N/S=3 70 3 s CB ;New StormPipe a 18• - - N - _m- - / -YT- ,a SUNH NIW 0.NCU GP �-� "���-�-96�- 9C �'. - ' �* --- - IE!E la'.,oN..oN•..Y. 4a so .+\ 12`CONC.E.=b. 0 -. 5 STRIP DRAN y/ IE 16.ZF C-S.=4a 0.. _ :GRA'vEL E%CB fhM"66.83 R 1 q...,8. ��.." 1 tfiy ;. Ce 4B-REND AND CET ._ - .. 1t8 CUo:.lE_4-�y6 12-CONC.W 64,13 .re a9 x. ,%9^ �, PZUGbWPM 0`.0 IN NEW CB. : t�. y., I 1 ALIT' 0 0 `� r : ,�roo' 4s' 8"CONC.5�84.60 12'CPEP N IE 94.0 ' m d PLUG:12'W AT CO REMOVE MOVEEX.C6,PIPE H. PLUG PIPE ENDS. Q B - RESTORE ASPHALT. � � I .y A r En ¢ / NQTFC. EXISTING SINKHOLE - 1 oth l I I EXCAVATE AND REMOVE SECTONS OF CB 3A All Type 2 CB's Shall Hove Solid Locking Lids. BROKEN ST12' AM PIPE. CONSTRUCT ASPHALT CURB g PIUG UPSTREAM AND DOWNSTREAM ENDS AROUND CORNER TO END OF CB. �* \c 2.Type 1 CB Profiles Are Along Pipe Lines. RESTORE ASPHALT. 111 �ii o E 3. All CS Grates Shall Be Set 0.1 Feet Below i Adjacent Ground L.I.I. 8. Contractor shall restore all landscaping, surfacing, AASPHALT RESTORATION P Ij 4a } 1 �E and structures disturbed by construction. Use Typical Trench Patch (City Detail H032A) For All Areas. 4. Field Adjust Type 1 CB's To Locate At Low Points, _ In Flaw Lines, And To Clear Existing Utilities.71-3 o y 5. Maintain Minimum 12 Inch Horizontal Separation Between �t4 a, 12 Inch Water Main And Type 1 CS's. Carefully Excavate ECK D FOR COMPLIANCE j to water Main To Verify Separation Where Needed. T ITY STANDARDS. �"- 6. Maintain Minimum 12 Inch Vertical Separation Between Datez_ 12 Inch Water Main And Stormwater Pipe Where Possible. Contractor shall identify any separation less than 12" Dat ;$r for review by City. PLAN VIEW - 1"=20' Date 7. Minimum 6 Inch horizontal separation between C.B.'s and Gas Line. ........... ............ .. ....._...._ . _......_... .._.._._...... ...............-_..... _.._ ........_..__ ...... ........... ._...:. ...... ....._ ... ............. .. ._._. _.. ..... .__ .._____. .___._.- o-TYPE ...48x.._ REMOVE�E%.CB : -. ... .. .::.. .. ...... ..... ... .. ..... ... .. .. . ... t .... t .. ..t ....... ..... ....- .... ..... .. ..... .. :........ .........t.........�.... .... T .. ... .. .. ..... .... ... A. +2, 9-R RIM EL 87.0 ".� REMOVE " .......... ...........i.. ........ ...:..................t.... .. ........<.... .. ...................... w E IE 61.5 ... .... ........ ........... ...... RIM EL+105.024 .. .. ...... ....... ....... :CB.4 TYPE 2�.48" o ... .. .: ...... :... .....:.........:.. :.........18'EIE 61.9 .. .... ....... ..... ... a...! 1B'NIE 978 R ...: :. .... ,...... A: +�, ,y. ..... ...... .:.. .. .. ....... .. 12''N!E 62.1 I ...: :..::.: ".::: :::: STA.'1 O+3J 2.S L. 12" E IE 98 9 ::. - RIM EL 101.0 ... ... .. -.:. .: .' ::.... __ ....".: :32`Si 3 4 - ..... STORM�M PIPE 1 11- :t2'S.IE 99.0 .... ..18'.W!E-96.2 YP t �. a .. ..... ..... .. ... E 6 8 R M EL 0.2 - SFA/9+84 IS.R .. _.. .....- _ ... ..:........ ... ........... .............. ....:....._. ........ _ .. ..._..... ... 12 SW RIM EL 98.7 .. ,..,T.18'.E I RIM EL 79,977 R - Is"W IE 929 - 12'NE IE 97.1 . 12� NE'IE 94 2 70 . .. ..... I _ 12'SE IE 9404 12"S IE 96,7 CB .',HATER ERVIGES .. ... .. .. 1 .I.. .. ..I I . _ 3 3 _.... ..... ... C8 1 TYPE 2 48' 1 _ A + i 1-.h', P� I _ I' $i : -' 16 LF 12'CPEP RIM EL 51-4 N N '2r,x ".� ' : .. uF 8 tf-12"CPEP -@ 2.076 :I _.. .:.._:..: IW NW hE 45.5 .._. - __. _ _. .. .. .. .. 18`E 3E 46.1 _ 8 .. - / W 15 LF to'CPEP .. 12 WATER:J @ a 60 :. tSEPARATIONi2 1 .. ... ... _ ..... :. .. - .... 4 Q ATER UTILITY APProa.Gl d El"etade SW e ." _ I � _ ` - BEFONOTRE CUTTING PIPES. 1 Ir� ! _ _ i :I. CUT PIPES AND PLUG ENDS. = NEW 18'SE IE 4T_� I.. '.I � : .... _ ... ... .. .. 1 m _ 1 -_ ..... _ ,,.. .... :. ... .. DO NOT DSTUR Oil EXCAVATE AROUND THRUST BLOCK y 50 I : C82A TYPE i -1 : 1 VANED GRATE } ,... TA. .+ .2 ,� 1 RIM EL 66 5 I ' 80 4 40 5+30.46 ZD F 1" PEa/ I �800 9+00 sac-r 10+00 11+0 I ' L 8 LF 12"CPC✓ EXWREE 1,15� 1 ( I 6+00 : 7+00 t8'CPEP I I _o6Go' 1 7 37 - 140 if 18'.;PEP 251 LF Id`,:PEP CPEP �.G @ 11.8U9. ' '5.0S SCALE: HORZ. 1" = 20' N. 40th ST./MEADOW AVE. N. z VERT. 1" = 5' 4 i«,G n STORM SYSTEM PROJECT D-2 3 4 4 01 M 3 S GV Ill- N ..'.4 i Z s'. W - ' I W - _ — — — — — — — — — — — WLil / co LLJ � F.'_ n CCNC. `'CH R. - ASP I..- CP.P55 }' i _ r GRASS ,m 5A N. 4 0 T H S T. CB 6A t L ADD ASPHALT CURB - ADD ASPHALT.PRO. 18 8.. _ ..._._. - --._ _.`.. - g CB 5 - - __ _. __... - __ - J _$ _ - - r NATCH_PDINT P�pB - _ ._ .-_ -_ W4_RIM 1 - - INT.16+61.81� R --- -"<. ° _7- =_' --_ — --- .,.,.- --- - CB 6 - g r•7L� 't40.00,00 . New Storm -a8' — — :...� CHANNEL=9G.0 GRA'S Iy---a.,,_—•1 �. _ CB $B� - _ -_ _ 7 -SH RIMaI:._ C81 iE 12"::J!.'r=,O6'.:0 :., CON:, S T ' 'r• j _ I \ IE i2 COLV.=1.r6.a:71 -' CCNC \ 1 I -.. _ _ _ :.,RAS_ : GRA'vEL- .. I \ CRASS \RCT.WALL ` - _ 1 IE 12 CVLV. 104.5G - \ - 1 i ._ yiMH vt 83 I- - ARFILE ERE DITCH. �'-� a0 r �r RESTORE AREA WITH ... -�-T_ — i GRAVEL. CC,:�. �em 0644-3C r- ��I{, 4 SA �tJ t` Y-All RIM-1�.:.3 ...1 p� ❑ .I� t __ ___. .__.t A - SET RR SPIKE IN NORTH FACE OF PP T-� 1 F 5'._'=t1,, e ._ r U '1 - _r _ 33 __-_._ - 1423 tt8'EAST Of GRAVEL OR. C L 0 E TO HOUSE Y1409 N.4OTN ST. ... i C I 3 I r. HSE.#UY. t` 4M_t a a LW HSE J 13,7 J A.P _.. - ._ J r:_ - P P FE L.4 W da - .--• _ .,,E T 4.._ �, I .. \c i � I i FILL EROSION GULLY (' 1 m E 1 WITH GRAVEL - I2DEC. i E " > I II FL 1.Field Adjust Type i CB's To Locate At Low Points, In Flow Lines, And To Clear Existing Utilities. II I i ,2•pEc. s PLAN VIEW — 1"=20' y Ir CB SA MLFT 1 Ce 5 9 TYPE t - RIM EL 097 I - RIY EL+f09.4 - -CB 8 A TYPE° —.— - ' 12 E 067e rz STA,w 108.4 �e R EL t 12 S IE it4.5 STA L 1,18.2. ,18 11 R ... - 20 RIM L 118.2 .. .... .... .... - 12•w 1151151 I . 1 I 30 :I y j 2g 14 LF 12•CPEP 1 : .. .: Cga7 TYPEi 2 48' ¢� Oz.OX.. .. ...... GAS... ... .. I- C 8 TYP a8_ t GR 5 nE 2 48' - - _ _STA 3 RIM EL 1222 ....._. ... GAS ,_. _._ RIM FL 11.8.B R ._ STA.12+83,9'R 18•W IE 117 8 r^ xa rtfi-. ...... ... _.. ._.RIY W 109.5_.. I _ I 18•.w E'13:} 16-S.IE T178 AP fiC'.EL 18•W IE 104.5 - ,2 N IE 11<0 .ir. H04 i 7 LF 1z•CFEP _ } .. .E°>RA71pN _�i _ _. 620X- .. I 12•SE E-106-3 1 .08 1 _ W 120 _.1'00 : : _ ._... V F12'CPEP ...0 20z CPEP __ :._ _.. - -. .:.._' _.... _... 120 o ?' __ _ .. 2-SE IE n5 XIS NG faf NL . � Q Q e3 NLEFe,.L Rrw`\ _ rO Bf TTOM _fe'H � \� OF c Fci .. .. .: ... _ " r 110 q a,r+r f FL:I': 110 .. .c 1 aTw'NK WA'FR t0 .o _.. ... . 165-LF 18•CPEP ._. .._ _. 3b 4F 18•CPEP 240 LF 18'CPEP ®.3.38%(TO CS 4) 5+00 12+00 13+00 14+00 15+00 16+00 Q90 E 's�o\�4we I NAIL SCALE: HORZ. 1" = 20' N. 40th ST./MEADOW AVE. N. VERT. 1 — 5 Z STORM SYSTEM PROJECT D -2 3 4 4 0 2 � c- rTY OF REN'ON CON'ROLI NG SEN HMARK 116 = it GS. BRA 0111 i iN•ER5-T'!:N yy .F N. 3 RU STREET ANC LAKE WASHIN.TON _ (r) .: G VD. FIE/ATON-42.15 , II o S I AVC :9a6 CV n N N ! + -- CAUTION-SSS OCATI MA m� I :VARYIn . Y O ' Z MEADOW AVE, N ES URS - LJ >W ; 1 RESTORE SHR .. W o a o Q"� I z _ CB t0A z O __ - La F _... .� OAOPAIN S S CD 0- Z x CB BA - - - - _ 3i a - H r DE GRAVEL :E rc New Storm PiPa ---- - -- - - - - - - - I CS 9 cn _. _ (n -«� 8 - cB 10$ .. New Storm Pipe ce 11 w-- - - - -w_ - -- -. t- - - - -•-- - g w O O 1I- I;m / 0 J �- ,.,- - f C8 88 I., GCB 9e 1 - � -- -- - r -:-. -- .__- CB 106 �o 0 G _ ._ -- ._ 1 Y .. a_ .._. ..:. I ,.� .-_ �_ II I -- �- ITIE NEW ASPHALT Z I ..� CURB INTO EXISTING. I I ` 'a I _ TIE NEW ASPHALT _ _. H CB 11E ,I R INTO EXISTING. a I I� -_ -� { - --- _ _� TIE CURB ASPHALT CU .. - INTO EX.CONC.SLAB la' 00 i,1 OnRr O Yp 3$ - F, - r ►' � �c j 4�N' z gff d of HSE i{ v I I - �^�' 1.Field Adjust Type 1 CB's To Locate At Low Points, it -<I'', n� In Flow Lines, And To Clear Existing Utilities. ' ep CB t0A TYPE STA.135+43. 126.3 PLAN VIEW - 1•-20' 2M 5LIE 122.8 s ' ..... ...........lQ .. ... ....____' ............. ........_. _.._. ... ... ...... .. .. I ... ._. CB too INLET _ .. _... ..._.. Y _. ............ .. ... .. ...... .. - ...ST0..135+32.75 L .. M f :i ..::. .:-:: .:.:: ::. CB.SA NLET .::' W 9A INLET ........ ... 7YP t - :.9tME L 126.B ..} p ..... .. ... + .. ....STA..F38+3J.7 L .. ._._. STA:iS7+�2S; ..... STA.137+60..8.0.` :.:. _ .: :.:. ... xl^ .:. ....... ..... ...... ... .... ... E 20 RIM EL 124.0 ... ..� .- ._PoM'EL 12'J.J-- _..PoMEC 12J:a --RIM .. - _ r ... ..... .. ___..._ .. - .:. r - .. ... ... ... ... .... Y2"W IE 119.0 CB 8. .12'E IE.119.0 -12'W I 1 0.2 _ CIS ;0,-:�, 2 E1E 120.5 - -GAS�I C8 10 2 GI W(ABA NOONED)17 .... _..... GAS W_(ABANDONED) 2'GAS f 1.-2'G.I.W(ABANDONED). W J20^ APPROX.EL _.. j F P - 19 LF 8'D.LP.-O 5.3x ... .... ' .. .. _ iy-12 W APPROX.EL :: 5 LF 12'CPEP S �. ... .: .. .. .- : / 0.2.07G - 19 LF 12"CPEP .. F .., � MIN.HOR1Z to ... , SEPARATION ..... .... _. O 2.07. ... .._. ...... .... _ _. .. ...... 2 12 CEP 6 LF 0 2 0R J\\\ �.. NF �_ CPEP 0 Z.Dx 19 LF 12^CPEP: `12'�W- APPROX EL V 0 2.0X _._ �� 12"MIN HORTZSEPARATON Q .. .. r _ ...... .: CB TYPE 2.48' .. _ �... __ .. .:.... _:. s e 3S g _.., ..... .. ..._... _. EL�23.5] _SIM A TYPE -48 3S Its} 7 R l'NR RB'N IE 118.77 .. ._ STA. 137+56 11 R .. .... GB T TWE 2 aB'. .. ... ... '18'SIE 178.77 - ..RIN EL f24.1GCB 10 TYPE�2 48' t +1 _. _ 12'E IE 118.88 _. _. ... 1.8.N-IE 1T9,.21- _... .. A. 1 +t tt ... RIM-EL 122.2 .. . . 12'WIE 119.52 : IE 119.21 . .. RiI"M EL E IE 1 S. E 121.Q 7S'W 117.8 7 1 20.10 ia-S IE2t.5_ '18'S 117.8 - . 12EIE 1122.6 8 W E 226 . ... uN _ I ... r o .... ... . . .A'Fn TH- WATER DEP CNi ns O'e ` I �OJ.ST EL v .,> .. T _ O� po w K .. FP. I 162 LF 18'CPEP 1.LF i8•CPEP 225 LF IS'CPEP _ o c 139+QO 138+00 137+00 136+00 135+00 ' UT SCAVERT. 1" =15 = 20' N. 40th STJMEADOW AVE. N. Rc icw«! gy. D,...;./ G.. z-zc•a STORM SYSTEM PROJECT D - 2 3 4 4 0 3 a J Y � by Nk` ,TY OF RFNTON CONTRCLLINU 9E`+C4M.PK A 1 ' = C& BRAS K .,N 1'UN l N.}; TRF ANC LAKE Si1NOTCN + 42.15 NA+D 17-E3LVU ELEA N Z - �W Q O 3 Z Y (L O 2 o n f o $ W tt11 M I DO N LU w w n m :B 10A z T x N 'BADE GRAVEL J .Q 7 CB 13 Y 'O DRAIN GRATED LID INSTALL IN FLOW LINE t� MEADOW AVE. .•,o - � e 12a - o - w -- C SPHALT PAD ? HALT CURB s a c6 10' New Storm Pipe - 18' CB.11. — -- — — — — — — — — — — — .s 12 :New Storm,Pip -e 08 v I � CB " cnn— —tam— R— _y:Cp T \ CB 11B (� TIE NEW ASPHALT CURB J ,r`+.. 7 ....... — _..:u 1 �,CB iZB - - -,I RPLA BAnG01aED': w " __. INTO EX.CONC.SLAB "'-^—vcr----"--�cr_t ~`�` � �o I ",� (�- — — — — — —_ —. — @3 L f �R ram' O o.E — — — — ' ', • ... POST_ rA Q C) 3pp i. Q :I SOMH RIM-130.3 30, 1L•4 I,' _ - — 'a E y �RET 44 TANK) SO R?IALL YC P WATER-24 OEvELOPEC — AREA a: CB1RIM-12' 1.4.-[~ . z I .�II1 , - f CB 13A IE �CPEP •v-124.7 GMH RIM 13 S REMOVE EX SHRUBS D RETEN'ION -4NK) UI, I=, CONNECT NEW CS E% STORM PIPE UP WAFER-1247 UNDER ASPHALT DRIVE. M L RESTORE ASPHALT DRIVEWAY ' ✓t m£ Z CB RIM�123.2 W I — - . \� IE 12-CPEP SE-1241 CONSTRUCT ASPHALT CURB. IE t2"CPEP w-127.0 CB RM-I}3.i J I .I RESTORE POST.HOUSE c IE 12:,MP NE=130.ti IE 1-"'CPEP> �34.5 ( I I z NUMBER SIGN.AND SHRUBS. L I � i a 1.Reld Adjust Type 1 CS's To Locate At Low Points, s In Flow Lines, And To Clear Existing Utilities. £� PLAN VIEW � 1'�ZO' I, 71A-TWE.1. ::::: .: - .. :: CB 12 A TYPE I �. C a E ' o RIM EL}izs:: R RIM EL 734.0 cB a2 B 1 {B '`: C - 12'N124t- 12'NIE 7300 - 12 E E1314 - 4- E 1J£`N 12 EIE 1247 QAS 2M�Gr W(ABANDONED) °g 150 z i3b 15Q GAS C 25 0 8�FP + CB t3'TYPE 2 48'.GRATED LOCKING UD 13 A - 1L. —2"GI W(ABANDQNEQ) ...... ......, -._ ....-. __. N .... -.....STA 732s27 iT R '. STA L 1+25:9 A !7 :RIM NL 1{1.5 RIM 14, IS LP 12'CPEP 26 LF 12'CPEP : :: .. ..t8' tE t3B4 12'.E IE 138.9 O zO% - O 4231C MINX AT SEP: F .. ..f7(1 .: }� :.. _: .:.. .... : : 11?W 1E 7380 8 LF 72'CPEP O 209: El IJNR W B POPE : APPROX.EL SS CB 13 4 ..._._ - ._. ... .. ,:.: EL UWt ... 1 1� .... I ,.:. ... a RIM iN�27D18 '`Me'FR ' ---72'1QI_W(ABANDONED) a. .. ... .. .. I 128.6 G T2- E 129.8 2 W _..:. .. -_. --_- ...._.. ...12' IE-129 8 A8 G : STA.134+49 11 R , __ -12"MIN AHQRZ.EL.SEP. RIM B NLIE222.2 -� i.A'uNE NU .. 5.. 20 CB 11 TYPE 2 48 , Ex S R f a11'CRIER x te'S IE)22.3 FIELD A LOCATION.. : 12'E IE 123 86 m _._.... .... ..... 12-W IE-123.8 ....:- _... ..... ...:. _. ') ADJUST CS LOCK ON AND ELEVATIONS 130 NK zo ?A�0 J. ST9 ' W 120 : 120 IA" -. 1}n iF 18'CPCF _. ,.. 92 LF IS'CPEP .. p O O85%'- O 3.E27, � O 3.d89. _—. 90 �FOISTIE 134+00 133+00 132+00 �SSIONAL ECG` z-s�- �r3w,<,Es,a„a„ SCALE: HORZ. 1" = 20' N. 40th ST./MEADOW AVE. N. vERT. 1" = 5' I STORM SYSTEM PROJECT D-Z 3 4 4 0 4 r