Loading...
HomeMy WebLinkAboutSWP272271(3) (2) Award Date: CAG Awarded to: July 1996 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications �?— ..l1 WA 49 Z LEE ENTEtAPlCO i City of Renton Construction of: HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENT PROJECT City of Renton 200 Mill Avenue South Renton, WA 98055 General Bid Information: (206)235-2631 City Contact: Ron Straka (206)277-5548 "Q7�� Printed on Recycled Paper. CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENT PROJECT BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS July 1996 Prepared for CITY OF RENTON Planning/Building/Public Works Department 200 Mill Avenue South Renton, WA 98055 Prepared by Entranco 10900 NE 8th Street #300 Bellevue, WA 98004-4405 (206) 454-5600 Printed on Recycled Paper. CITY OF RENTON HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENT PROJECT CONTRACT DOCUMENTS TABLE OF CONTENTS Call for Bids Summary of Fair Practices Policy Summary of Americans with Disabilities Act Policy Scope of Work Vicinity Map Instructions to Bidders • Proposal • Schedule of Prices • Bid Bond Form • Combined Affidavit & Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form ** Subcontractors List ❖ Contract Agreement (Contracts other than Federal - Aid FHWA) ❖ Bond to the City of Renton ❖ 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 Regulation Listing City of Renton Transportation Supplemental Specifications Special Provisions Appendix A - Standard Plans Appendix B - Contract 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 document. Submit with Bid (yellow pages) Submit with Bid or within 24 hours of bid ❖ Submit at Notice of Award (green pages) 96002/Spec/Biddocs/(7/8/96)sm IB-1 CITY OF RENTON CALL FOR BIDS HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENT PROJECT Sealed bids will be received by the City of Renton until 3:00 P.M., August 7, 1996, at the City Clerk's Office and will then be opened and publicly read in the 3rd floor conference room, Renton Municipal Building, 200 Mill Avenue South. The work to be performed within 30 working days from the date of commencement under this contract shall include, but not be limited to: Construction of a stormwater outfall improvement in City of Renton right-of-way including but not limited to approximately 500 linear feet of HDPE pipe, catch basins, removal of existing structures, temporary erosion control, slope stabilization, landscape restoration, and other work necessary to complete the Work as specified and shown in the Contract Documents. The estimated project cost is $60,000 to $80,000. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. No bids will be accepted after the time and date shown above. Approved Plans and Specifications and forms of Contract Documents may be obtained in the Public Works Department, at the fourth floor Customer Service Counter in the Renton Municipal Building, 200 Mill Avenue South, Renton, WA 98055 for a non-refundable fee of $25 plus $2.05 tax (total $27.05) for each set. If ordered by mail, add $5.00. The mailing charge is also non- refundable. All bid proposals shall be accompanied by a bid proposal deposit in the form of a cash deposit, certified or cashier's check, postal money order, or surety bond made payable to the City of Renton, in an amount equal to five percent (5%) of the amount of such bid, including sales tax. Should the successful bidder fail to enter into such contract and furnish satisfactory payment and performance bonds within the time stated in the specifications, the bid deposit/bond shall be forfeited to the City of Renton. If a bidder has any questions regarding this call for bid, please contact the City of Renton Department of Planning/Building/Public Works, 200 Mill Avenue South, 4th Floor at 277-5548, staff contact Ron Straka. The City's Fair Practices and Non-Discrimination Policies shall apply. No bids will be accepted after the time and date shown ove. Marilyn J. P t son, City Clerk Published: Daily Journal of Commerce: July 24, 1996 July 31, 1996 High Avenue S. Stormwater Outfall City of Renton 96002/spec i Biddocs i(7/10/96)io July 1996 EXHIBIT "A" CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2340 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure equal employ- ment opportunity to all persons regardless of race; creed; color; ethnicity; national origin; sex; the presence of a non-job-related physical, sensory, or mental handicap; age; or marital status. This policy shaZZ be based on the principles of equal employment opportunity and affirmative action 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 employ- ment 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 governing Civil Service Lams and the agreement between the City of Renton and the Washington State Council of County and City Employees. (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 PROGRAM - The City of Renton Affirmative Action Program will be maintained to facilitate equitable representation within the City workforce and to assure equaZ employment opportunity to all. It shall be the responsibility and duty of all City officials and employees to carry out the policies, guidelines and corrective measures as set forth by this program. Corrective employment programs may be established by the Mayor on the recommendation of an Affirmative Action Committee for those departments in which a protected class of employees is under-represented. (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non- Discrimination policies set forth by law and in the Affirmative Action Program. Copies of this policy shall be distributed to all City employees, shaZZ appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 2nd day of June 1980. CITY UY RENTON: RENTON CITY COUNCIL: Mayor Council President Attest: Issued: July 10, 1972 Revised: February 9, 1976 Revised: June 2, 1980 City Clerk CITY OF RENTON SUMMARY OF AMERICANS 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 WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY -The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY,OF RENTON RENTON CITY COUNCIL: Nfayor Council President Attest: City Clerk IB-4 CITY OF RENTON Surface Water Improvement Project HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENTS SCOPE OF WORK The work involved under the terms of these Contract Documents shall be full and complete installation of the facilities, as shown on the Plans and as described in the Contract Provisions, to include but not be limited to: Construction of a stormwater outfall improvement in City of Renton right of way including but not limited to approximately 500 lineal feet of HDPE pipe, catch basins, removal of existing structures, temporary erosion control, slope stabilization, landscape restoration, and other work necessary to complete the Work as specified and shown in the Contract Documents. The Work to be performed under this Contract consists of furnishing of materials, equipment, tools, labor and other work or items incidental thereto (excepting any materials, equipment, utilities of service, if any, specified herein to be furnished by the Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. Any contractor connected with this project shall comply with all Federal, State, County, and City codes or regulations applicable to such work and perform the work in accordance with the Contract Documents. High Avenue S. Stormwater Cuff all City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 Z AN 84TH AVE 5 847H AVE 5 LIND AVE sw = i � � V ,Vd ZlliE, ,f MN 3AV l)O Vol AVE r`d Poi 831Nt1R1 P u,SHATTUCK AVE 5 ® �...� Zy a�$� ti SMRHERS k I." USA� til nZ AVE S 1/J AVE 5 a f LOGAN AVE a N -gyp WILLIAMS AVE S 7"wF WELLS AV s Z UM AV S z WELLS AVE N N� � AVE Ott $ v = PARK AVE N = A y \ GARDEN AVE N Hp1D AVE z On'�9 [�\] A ® 21 N 3/�V H30T ^� O a N AV S O �C a y N B SnpH JONES vi N AVM N3 ABERDEEN 2 ABERDEEN ,p. NE lfl P "7 Nf Z 777 AVE SE EDMONDS SAVE NEB EDMONDS n0 MONROE AVE NE MONROE �+ O AVE NE z Z _m z z Q� �S m SHELTON o AVE NE t>N UNION AVE NE 1DN AVE NE UMON AVE NE �y� ��✓� 138TH l 1387H AVE SE °gym AVE SE DUVALL AVE NE IB-6 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. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. 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 on the Plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans and Contract Provisions 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. A subsurface (geotechnical) report is available at the Public Works Department office for review by the Bidder. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the Contract Documents. 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. 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 percent 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 furnish a satisfactory performance bond covering the full amount of the work within ten (10) days after receipt of notice of intention to award contract. Should they fail, or refuse to do so, the check or bid bond shall be forfeited to the City of Renton as liquidated damage for such failure. 7. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the Owner may request further information on particular points. 8. The bidder shall, upon request, furnish information to the Owner as to his financial and practical ability to satisfactorily perform the work. 9. Contract will be awarded to the lowest, responsible, responsive bidder within 30 calendar days after the date of bid opening. However, the right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the Owner to do so. The award of the contract to the lowest bidder will be based upon the total of the following: the Base Bid + Alternate A + Alternate B. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/10/96)is July 1996 Instructions to Bidders IB-7 10. The successful bidder will be required to furnish a satisfactory performance bond covering the full amount of the work within 10 days after receipt of notice of intention to award contract. 11. The successful bidder, who is awarded the contract, must start work on the project within 5 days after the notice to proceed is issued and complete the work within 30 working days after starting construction. 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 for this work will be made in Cash Warrants. 14. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage" and Section 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 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 prevailing wage rates to be in force during the duration of this contract are included within these Contract Provisions under section titled "Prevailing Minimum Hourly Wage Rates". The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 17. Water Pollution Control Requirements. The Contractor shall conduct the work in accordance with all applicable pollution control laws. The Contractor shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The Contractor shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 18. Standard Specifications. All work under this contract shall be performed in accordance with the following Standard Specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions, and other sections of these contract documents. These Standard Specifications are hereby made a 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 "1994 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 instructions to Bidders I B-8 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. 19. Bidding Checklist The following forms must be executed in full and submitted with the bid: a. Proposal Lump sum or unit prices must be shown in words and figures in the spaces provided. The execution date shall be indicated on the proposal and will be verified after contract award. The proposal must be signed. b. Bid Bond The Bid Bond must be executed by the Bidder and the surety company. The amount of the Bid Bond shall be no less than five percent (5%) of the total bid and may be shown in dollars or on a percentage basis. c. Combined Affidavit and Certification Form: Assignment of Antitrust Claims to Purchaser Non-Collusion Affidavit Minimum Wage Affidavit Form d. Prime Contractor Bid Items e. Subcontractor List The Subcontractor List must be filled out if the total contract amount exceeds $100,000, and if any subcontractor will perform work that exceeds 10 percent of the total contract amount. Failure to provide the list will render the bid nonresponsive and therefore void. 20. Contract Checklist The following forms are to be executed after the contract is awarded: a. Aareement Five (5) copies to be executed by the successful bidder. b. Bond to the City of Renton Five (5) copies to be executed by the successful bidder and Contractor's surety company. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/B/96)sm July 1996 Instructions to Bidders IB-9 c. Certificates of Insurance To be executed by an acceptable insurance company per Section 1-07.18 of the Renton Standards. The Owner and Consulting Engineer shall be named as the "Additional Insureds" on the insurance policies. When a contract is awarded, Performance/Payment Bonds and the Power of Attorney must be dated the same day as the contract Agreement or after. The above documents must be executed by the Contractor's President and Secretary if corporation by-laws permit. In the event another person has been duly authorized to execute contracts, a copy of the corporation by-laws or minutes establishing this authority must be attached to the Bid and Agreement documents. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 P-1 CITY OF RENTON PROPOSAL HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENT PROJECT 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 has read and thoroughly understands the Contract Documents governing the Work embraced in this improvement, and the method by which payment will be made for said work, and hereby proposes 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 Contract Documents 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) Signature: Address: 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 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/10/96)jc July 1996 SCHEDULE OF PRICES All entries shall be written in ink or typed to validate the bid. Show unit prices in both words and figures. Where conflicts occur the written or typed words shall prevail. Proposal CITY OF RENTON P-3 SCHEDULE OF PRICES HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENTS Note: Unit prices for all items,all extensions,and the total amount bid must be shown. Show unit prices in both words and figures, and where conflict occurs,the written or typed word shall prevail. Where conflict occurs between the unit price and the total amount named for any item the unit price shall prevail,and totals shall be corrected to conform thereto. Item No. Item Description Quantity Unit Unit Price Amount 1 Mobilization 1 LS 2 Contractor Supplied Surveying 1 LS 3 Temp Water Pollution/Erosion Control 1 LS 4 Traffic Control 1 L.S. 5 Clearing and Grubbing 1 L.S. 6 Remove Existing Catch Basin and CMP 1 L.S. 7 Crushed Surfacing Top Course 2 Ton 8 Asphalt Conc. Pavement Cl. B 3 Ton 9 Special Type 2 48-inch Diameter Catch 1 Each Basin 10 Shoring or Extra Excavation Cl. B 565 S.F. 11 Outlet Structure 1 Each 12 Special HDPE Pipe 485 L.F. 13 Lateral Pipe Anchor Assembly 5 Each High Avenue S. Stormwater Outfall City of Renton 96002\spec\engr-est.xlw\7-10-96\ic July 1996 Proposal CITY OF RENTON P-4 SCHEDULE OF PRICES HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENTS Note: Unit prices for all items,all extensions,and the total amount bid must be shown. Show unit prices in both words and figures, and where conflict occurs,the written or typed word shall prevail. Where conflict occurs between the unit price and the total amount named for any item the unit price shall prevail,and totals shall be corrected to conform thereto. Item No. Item Description Quantity Unit Unit Price Amount 14 Landscape/Property Restoration 1 L.S. 15 Cedar Picket Fence 56 L.F. Base Bid Subtotal $ Sales Tax @ 8.2% $ Total Base Bid $ Alt. A Slope Protection - Bonded Fiber Matrix 1 L.S. Sales Tax @ 8.2% $ Total Alternate A $ Alt. B Slope Protection - Impermeable Synthetic 1 L.S. Liner Sales Tax @ 8.2% $ Total Alternate B $ Grand Total, Base Bid + Alternate A + Alternate B $ High Avenue S. Stormwater Ouffall City of Renton 96002\spec\engr-est.xlw\7-10-96\jc July 1996 Proposal P-5 ALL BIDDERS SHALL SIGN THE PROPOSAL IN THE SPACE PROVIDED BELOW AND SUBMIT WITH THE PROJECT BID. THE UNDERSIGNED BIDDER HEREBY AGREES TO COMMENCE WORK ON THIS PROJECT, ON THE START WORK DATE TO BE SPECIFIED IN A WRITTEN "NOTICE TO PROCEED" BY THE CITY OF RENTON AND TO COMPLETE THE WORK WITHIN 30 WORKING DAYS. DATED AT THIS DAY OF , 19 . ACKNOWLEDGMENT OF RECEIPT OF ADDENDA: NO. DATE NO. DATE NO. DATE SIGNED TITLE NAME OF COMPANY ADDRESS CITY/STATE/ZIP TELEPHONE CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE # LICENSE # High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/10/96)1c July 1996 P-6 BID BOND FORM Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Renton in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). Bid Bond: The undersigned, (Principal), and (Surety), are held and firmly bound unto the City of Renton (Owner) in the penal sum of dollars ($ ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for High Avenue South Stormwater Outfall Improvement Project, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, and shall in all other respects perform the Contract created by the acceptance of said Proposal, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this day of , 19 Principal Surety By Signature of Authorized Official Attorney in Fact (Attach Power of Attorney) Title Name and address of local office of agent and/or Surety Company: Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/10/96)jc July 1996 P-7 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 and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON-COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENT PROJECT Name of Project Name of Bidder's Firm Signature of Authorized Representative of Bidder Dated: Notary Public in and for the State of Washington Notary (Print) My appointment expires: High Avenue S. Stormwater Outfail City of Renton 96002/Spec/Biddocs/(7/10/96)jc July 1996 P-8 SUBCONTRACTOR LIST HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENT PROJECT RCW 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 price. If the subcontractors' names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $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) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/10/96)is July 1996 C-1 AGREEMENT CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of , 19 , by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 30 working days from the 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 No. ) for improvement by construction and installation of: High Avenue South Stormwater Improvement Project. All the foregoing shall be timely performed, furnished, constructed, installed, and completed in strict conformity with the Contract Documents, 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. The Consultant agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this Agreement, consists 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) Instructions to Bidders c) Bid Proposal d) City of Renton Transportation Supplemental Specifications e) Standard Specifications f) Maps and Plans g) Advertisement for Bids h) Special Provisions 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or an extension in writing thereof, or fails to complete said work within such time, or if the Contractor shall be adjudged as bankrupt, or if he should make a general assignment for the benefit of his High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/10/96)jc July 1996 C-2 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 right or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City and their 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 cost, expenses, and reasonable attorney's fees that may be incurred or paid by the City in the enforcement of any of the covenants, provisions, and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7)6196)sm July 1996 C-3 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 of 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 5 calendar days after Contract final execution and shall complete the full performance of the Contract not later than 30 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 per Section 1-08.9 of the 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 nor 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 bonds to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this Contract is the sum of numbers which includes Washington written words State Sales Tax. Payments will be made to Contractor as specified in the City of Renton Supplemental Specifications and the Special Provisions of this Contract. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 C-4 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above written. CONTRACTOR CITY OF RENTON President/Partner/Owner Mayor ATTEST: Secretary City Clerk d/b/a/ Firm Name ❑ Individual ❑ Partnership ❑ Corporation Incorporated in Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 C-5 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned as principal, and corporation organized and existing under the laws of the State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Washington, this day of 119 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- providing for construction of High Avenue South Stormwater Improvement Project (which contract is referred to herein and is made a part hereof as though attached hereto), the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said 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 material-men, 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 said 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 become null and void, otherwise it shall be and remain in full force. Principal Surety Signature Signature Title Title High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 CITY OF RENTON INSURANCE AND ENDORSEMENT INFORMATION C-7 CITY OF RENTON A HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT � nTo� INSURANCE INFORMATION FORM CONTRACTOR/CONSULTANT: PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coverages and limits specified in contract? If no, explain below: ❑ Yes ❑ No Is the Commercial General Liability policy form an ISO 1993 Occurrence Form or Equivalent? ❑ Yes ❑ No (If no, attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?*A ❑ Yes ❑ No CGL General Aggregate provided on a "per project basis (CG2503)?" ❑ Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No All coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause (Cross Liability) applies? ❑ Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No * To be shown on certificate of insurance A Not required if ISO Occurrence form is 1990 or earlier, may also be assumed under contract. AM BEST'S RATING FOR CARRIER: 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 CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. Agency/Broker Completed By (Type or Print Name) Address Completed By (Signature) Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF INSURANCE FOR EACH LINE OF COVERAGE High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 C-8 Y O U � ' ENDORSEMENT In consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the (OWNER). 1. ADDITIONAL INSURED. The OWNER and (CONTRACTOR), their elected or appointed officers, officials, employees, subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a) the OWNER and (b) the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. Date Authorized Representative Signature High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 C-9 CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGES AND REQUIREMENTS The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the (CONTRACTOR) under Contract Number . The (CONTRACTOR) shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability - ISO 1993 Form or equivalent, written on an occurrence basis, including: • Premises and Operations (including CG 2503 general aggregate to apply per project if applicable) • Explosion, Collapse and Underground Hazards • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number (4) Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. When the contract includes performance of work involving professional activities (i.e. architectural, engineering, computer programming, or advertising) or pollution risk to the environment, the City may also require the following coverages: (5) Professional Liability the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of, or in the course of, operations under this Contract. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 C-10 (6) Pollution Liability - the City may require this coverage to include sudden and gradual coverage for third party liability including defense costs and completed operations whenever work under this contract involves pollution to the environment. LIMITS REQUIRED The (CONTRACTOR) shall carry the following limits of liability as required below: Commercial General Liabilitv General Aggregate* $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage (Any One Fire) $ 50,000 Medical Payments (Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 *General Aggregate to apply per project (ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) Workers' Compensation Coverage A (Workers' Compensation) - Show Washington Labor & Industries Number Umbrella Liabilitv Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1 ,000,000 Professional Liability (If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two (2) years after completion of the project) Pollution Liability (If required) To apply on a per project basis Per Loss $ 1,000,000 Aggregate $ 1 ,000,000 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 C-11 ADDITIONAL REQUIREMENTS (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers and Entranco, Inc. and its officers and employees as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if at our sole discretion it is deemed appropriate Further, all policies of insurance described above shall: 1) Be on a primary basis nor contributory with any other insurance coverages and/or self- insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause (Cross Liability). 4) Policy may not be non-renewed, canceled or materially changed or altered unless forty- five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. The (CONTRACTORI shall promptly advise the CITY OF RENTON in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At his or her own expense the (CONTRACTOR) will reinstate the aggregate limits to comply with the minimum requirements and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. Required insurance coverages shall be maintained throughout the term of this contract and, except Automobile Liability and Workers' Compensation for a period of two (2) years after the date of substantial completion of the project. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 ATTACHMENT A CITY OF RENTON SAMPLE INSURANCE FORM I I ... .. . ...................... : :: ?` .. : i .:.. i. .. .. . .......................... ISSUE DATE(MM/DrD..YY:Y)F i `::: : . :..:i:::: x::<;.. ..d`... ::: ........: C : : : .::::............ .....: :Ip 29 4 4 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE ARTHURJ.GALLAGHER G Co.-DEIVVER POLICIES BELOW. 7900 E.UMON AVENUE SUTTE 200 DENVER,CO 8023 7-2 73 7 COMPANIES AFFORDING COVERAGE (303)773 9999 COMPANY LETTER A AE7NACASUAL7YANDSURETYCOMPANY PRlSCILLAA MCCOY ...................................................................................................... - ---------.......................... ......_.................................... .. ............. COMPANY B PrREmAN,S FUND INSURANCE COMPANY INSURED LETTER :............................................................................___.---.__....................................._............._.:......_............. :COMPANY C NA770NAL UNION FIRE INSURANCF COMPANY ABC CONSTRUC77ON COMPANY LETTER ......................................................... -..__ -.-.-.._.................... .................................... 1000 FIRST AVENUE COMPANY ANYIIOWN,WA 00000 LETTER D .......................................... COMPANY E ......................................... LETTER ___....... - .............. ......... ...__....-.-.-- ....... ........................... ... ..._ _...... _..... ............._...SPECIMEN S ..............­ ;:.;;:.:;:::;:;:::;;;...: ............ .:.: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ........................................................................................................•---------------------......................_..._......................................---........................................................------................................. co: POLICY EFFECTIVE POLICY EXPIRATION Lam; TYPE OF INSURANCE POUCY NUMBER DATE(MM/DD/YY) DATE(MM/DO/YY) UMITS A GENERAL LIABILITY PKGIOOOOOO-095 01101,95 0I101196 GENERAL AGGREGATE :$ 2,000,000 ..................MIP/............ .... .................................. X :COMMERCIAL GENERAL LIABILITY PRODUCTSIOMP/OPAGG. S 21000,000 .... ............................... CLAIMS MADE E X :OCCUR : PE (General Aggregate RSONALSADV INJURY ;S I,000,000 OWNER'S&CONTRACTORS PROLE applies per pnojed) EACH .H OCCURRENCE E 1,000 000 FIRE DAMAGE(Any one fire) 9 50,000 X STOP GAP LIA.INCL _................... -............;................ ......... -...----I................................... MED.EXPENSE(Any one person)a 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE A AUT0100000-095 01101195 01/001/96 :LIMB $ 11000,000 X :ANY AUTO ...................... ..................................... .ALL OWNED AUTOS BODILY INJURY :SCHEDULED AUTOS :(Per Person) :9 :HIRED AUTOS BODILY INJURY ........._..._._.. .:....................:._..:.:... :.........:NON-0OWNED a :(Per Accident) ------GARAGE LIABILITY _ .::.:::::..::::........:..:....::...:.........:.. .:...........::::...:.............:.. :PROPERTY DAMAGE y B EXCESS LIABILITY XSL1000000-095 01101195 01101196 EACH OCCURRENCE :S I,000,OOD X...:UMBRELLA FORM AGGREGATE ...........................:....a:....:...II ....:::. :OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION LABOR ANDINDUSIRIES 01101195 01101196 STATUTORY LIMITS EMPLOYER I.D.NUMBER EACH ACCIDENT y ANDi i ..................................--............b........................_._...._.. DLSEASE-POLICYUMIT :S EMPLOYERS LIABILITY ' i :................................................... ............ :DISEASE-EACH EMPLOYEE 5 C OTHER POLLUTTONCOVERAGE POLL200000-095 0110195 : 01p1i96 $1,000,000 PER LOSS CON77ZAC770RS COV. $1,000,000 AGGREGATE•CLAIMS FORM MADE FORM,•APPLIES PER PROJECT BASIS;$75,000 LIED PER LOSS COMPL OPS:2 YEAR Fx7F1VSION DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RA CONTRACT#RENTON 100001,INSTALLA77ON AND REMOVAL OP UNDERGROUND STORAGE TANKS INCLUDING CONSTRUCT70N OP NEW FIRE ST477ON. CI7Y OF RENTON IS AN ADDITIONAL INSURED ON GL,POLLU170N,AND UMBRELLA AS RESPECTS ABOVE CONTRACT. WAIVER OF SUBROGATION APPLIES;POLICYES ON A PRIMARYBASIS AND NOT CON77UBUTORY CGO043 AMENDATORYENDORSEMENT PROVIDED C :::::;:.::.::.:>:::::..:::....:.::.:::.:..::.....::.. ..:::.:: EFt pt.QATT HOLDER _.. _. . . . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 2=4 Attention BEVERLYNELSON--GEODE MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CITY OF RENTON, WASHINGTON 200 MILL AVENUE SOUTH LEFT, RENT ON, WA 98055 Dix AUTHORIZED REPRESENTATIVE ACORD 25=5(7/90f :: l ACO�i.37 CL�fipOF�AT�QN 189U PREVAILING MINIMUM HOURLY WAGE RATES State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $19.51 $4.65 1M 5D BOILERMAKERS JOURNEY LEVEL $23.57 $8.76 1 R 5N BRICKLAYERS&MARBLE MASONS JOURNEY LEVEL $23.09 $5.38 1R 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11.71 $0.00 1 CARPENTERS ACOUSTICAL WORKER $22.28 $5.81 1M 5D CARPENTER $22.12 $5.81 1M 5D CREOSOTED MATERIAL $22.22 $5.81 1M 5D DRYWALL APPLICATOR $22.12 $5.81 1M 5D FLOOR FINISHER $22.25 $5.81 1M 5D FLOOR LAYER $22.25 $5.81 1M 5D FLOOR SANDER $22.25 $5.81 1M 5D MILLWRIGHT AND MACHINE ERECTORS $23.12 $5.81 1M 5D PILEDRIVER $22.12 $5.81 1M 5D SAWFILER $22.25 $5.81 1M 5D SHINGLER $22.25 $5.81 1M 5D STATIONARY POWER SAW OPERATOR $22.25 $5.81 1M 5D STATIONARY WOODWORKING TOOLS $22.25 $5.81 1 M 5D CEMENT MASONS CEMENT MASON $21.59 $7.27 IN 6E CONCRETE SAW $21.84 $7.27 IN 6E CURB&GUTTER,SIDEWALKS $21.59 $7.27 IN 6E CURING $21.59 $7.27 1N 6E FINISH COLORED CONCRETE $21.84 $7.27 IN 6E GUNITE NOZZLE PERSON $21.84 $7.27 IN 6E MASTIC,EPDXY,PLASTIC $21.84 $7.27 IN 6E PATCHING&PAVING $21.59 $7.27 IN 6E POWER TOOLS&GRINDERS $21.84 $7.27 IN 6E SANDBLASTING $21.84 $7.27 IN 6E SEALING COMPOUND $21.59 $7.27 IN 6E TROWEL MACHINE ON COLORED SLABS,COMPOSITION OR KALMAN $23.09 $7.27 IN 6E FLOORS TROWELING MACHINE,CURB&GUTTER MACHINE,SCREED& $21.84 $7.27 IN 6E RODDING MACHINE TUNNEL WORKERS $21.84 $7.27 1N 6E UNDERLAYMENT $21.84 $7.27 1N 6E DIVERS&TENDERS DIVER $54.19 $5.81 1M 5D 8A DIVER TENDER $24.11 $5.81 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $21.50 $6.81 IN 5D 8L Page 1 KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code ASSISTANT MATE(DECKHAND) $21.07 $6.81 1 N 5D 8L BOATMEN $21.50 $6.81 1 N 5D 8L CRANEMAN $21.55 $6.81 1 N 5D 8L ENGINEER WELDER $21.55 $6.81 1 N 5D 8L LEVERMAN,HYDRAULIC $21.93 $6.81 1 N 5D 8L MAINTENANCE $21.07 $6.81 1 N 5D 8L MATES $21.50 $6.81 1 N 5D 8L OILER $21.15 $6.81 1 N 5D 8L DRYWALL TAPERS JOURNEY LEVEL $22.45 $5.21 11 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $8.00 $1.37 11 5A ELECTRICIANS-INSIDE CABLE SPLICER $26.74 $7.61 11 6H CABLE SPLICER(TUNNEL) $29A1 $7.67 11 6H CERTIFIED WELDER $25.53 $7.57 11 6H CONSTRUCTION STOCK PERSON $13.37 $4.61 11 6H JOURNEY LEVEL $24.31 $7.53 1J 6H JOURNEY LEVEL(TUNNEL) $26.74 $7.61 1.1 6H ELECTRICIANS-MOTOR SHOP CRAFTSMAN $13.95 $1.42 2A 6C JOURNEY LEVEL $13.29 $1.40 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $26.37 $6.17 4A 5A 8E CERTIFIED LINE WELDER $23.81 $6.08 4A 5A 8E GROUNDPERSON $16.89 $4.84 4A 5A 8E HEAD GROUNDPERSON $17.97 $4.88 4A 5A 8E HEAVY LINE EQUIPMENT OPERATOR $23.81 $6.08 4A 5A 8E JACKHAMMER OPERATOR $17.97 $4.88 4A 5A 8E JOURNEY LEVEL LINEPERSON $23.81 $6.08 4A 5A 8E LINE EQUIPMENT OPERATOR $20.54 $4.97 4A 5A 8E POLE SPRAYER $23.81 $6.08 4A 5A 8E POWDERPERSON $17.97 $4.88 4A 5A 8E ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 $0.00 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $17.87 $7.65 4A 61 MECHANIC $25.53 $8.30 4A 61 MECHANIC IN CHARGE $28.72 $8.57 4A 61 PROBATIONARY CONSTRUCTOR $12.77 $0.32 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $9.10 $0.00 1 ALL OTHER CONCRETE PRODUCTS-Clean-up $13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Fabricator $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Gunite $13.95 $2.73 1 B 63 ALL OTHER CONCRETE PRODUCTS-Maintenance $14.45 $2.74 1 B 6S ALL OTHER CONCRETE PRODUCTS-Operator $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Rebar $13.95 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Welder $13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Wet Pour $13.70 $2.73 1 B 6S ALL OTHER CONCRETE PRODUCTS-Yard Patch $13.70 $2.73 1 B 6S Page 2 KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code FENCE ERECTORS FENCE ERECTOR $13.80 $0.00 1 FENCE LABORER $11.60 $0.00 1 FLAGGERS JOURNEY LEVEL $14.83 $4.65 1M 5D GLAZIERS JOURNEY LEVEL $22.70 $4.61 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $25.18 $4.89 1 F 6R HEATING EQUIPMENT MECHANICS MECHANIC $16.04 $2.41 11 5A INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $12.86 $2.79 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $7.90 $1.17 1 INLAND BOATMEN DECKHAND $15.19 $2.96 1 K 5D ENGINEER-DECKHAND $16.81 $2.96 1 K 5D OPERATOR $17.59 $2.96 1 K 5D INSPECTION,CLEANING,SEALING OF SEWER&WATER SYSTEMS CLEANER OPERATOR,FOAMER OPERATOR $8.25 $1.48 1 GROUT TRUCK OPERATOR $9.50 $1.98 1 HEAD OPERATOR $10.50 $2.28 1 TECHNICIAN $6.25 $0.00 1 TV TRUCK OPERATOR $8.75 $1.78 1 INSULATION APPLICATORS JOURNEY LEVEL $16.58 $0.00 1 IRONWORKERS JOURNEY LEVEL $20.50 $9.32 113 5A LABORERS ASPHALT RAKER $19.99 $4.65 1M 5D BALLAST REGULATOR MACHINE $19.51 $4.65 1M 5D BATCH WEIGHMAN $14.83 $4.65 1M 5D CARPENTER TENDER $19.51 $4.65 1 M 5D CASSION WORKER $20.35 $4.65 1M 5D CEMENT DUMPER/PAVING $19.99 $4.65 1M 5D CEMENT FINISHER TENDER $19.51 $4.65 1M 5D CHIPPING GUN $19.51 $4.65 1M 5D CHUCK TENDER $19.51 $4.65 1M 5D CLEAN-UP LABORER $19.51 $4.65 1M 5D CONCRETE FORM STRIPPER $19.51 $4.65 1M 5D CONCRETE SAW OPERATOR $19.99 $4.65 1M 5D CRUSHER FEEDER $14.83 $4.65 1M 5D CURING CONCRETE $19.51 $4.65 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $19.51 $4.65 1M 5D DIVER $20.35 $4.65 1M 5D DRILL OPERATOR(HYDRAULIC, DIAMOND,AIR TRAC) $19.99 $4.65 1 M 5D EPDXY TECHNICIAN $19.51 $4.65 1M 5D FALLER/BUCKER,CHAIN SAW $19.99 $4.65 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $12.51 $4.65 1M 5D construction debris clearn!p) Page 3 KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code GABION BASKET BUILDER $19.51 $4.65 1M 5D GENERAL LABORER $19.51 $4.65 1M 5D GRADE CHECKER&TRANSIT MAN $19.99 $4.65 1M 5D GRINDERS $19.51 $4.65 1M 5D HAZARDOUS WASTE WORKER LEVEL A $20.35 $4.65 1M 5D HAZARDOUS WASTE WORKER LEVEL B $19.99 $4.65 1M 5D HAZARDOUS WASTE WORKER LEVELS C&D $19.51 $4.65 1M 5D HIGH SCALER $19.99 $4.65 1 M 5D HOD CARRIER/MORTARMAN $19.99 $4.65 1M 5D JACKHAMMER $19.99 $4.65 1 M 5D MINER $20.35 $4.65 1M SD NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $19.99 $4.65 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $19.99 $4.65 1M 5D PILOT CAR $14.83 $4.65 1M 5D PIPE RELINER(NOT INSERT TYPE) $19.99 $4.65 1M 5D PIPELAYER&CAULKER $19.99 $4.65 11M 5D POTTENDER $19.51 $4.65 1M 5D POWDERMAN $20.35 $4.65 1M 5D POWDERMAN HELPER $19.51 $4.65 1 M 5D RAILROAD SPIKE PULLER(POWER) $19.99 $4.65 1M 5D RE-TIMBERMAN $20.35 $4.65 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $19.99 $4.65 1 M 5D SPREADER(CONCRETE) $19.99 $4.65 1M 5D STAKE HOPPER $19.51 $4.65 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $19.99 $4.65 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $19.99 $4.65 1M 5D TOOLROOM MAN(AT JOB SITE) $19.51 $4.65 1M 5D TOPMAN,TAILMAN $19.51 $4.65 1M 5D TRACK LINER(POWER) $19.99 $4.65 1M 5D TUGGER OPERATOR $19.51 $4.65 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $19.51 $4.65 1M 5D VIBRATOR $19.99 $4.65 1M 5D WELL-POINT MAN $19.99 $4.65 1 M 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $19.51 $4.65 1M 5D PIPE LAYER $19.99 $4.65 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 $0.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 $0.00 1 LANDSCAPING OR PLANTING LABORERS $8.42 $0.00 1 LATHERS JOURNEY LEVEL $22.28 $5.81 11 5A MACHINISTS(HYDROELECTRIC SITE WORK) MACHINIST $16.84 $0.00 1 METAL FABRICATION (IN SHOP) FITTER $15.86 $0.00 1 LABORER $9.78 $0.00 1 MACHINE OPERATOR $13.04 $0.00 1 PAINTER $11.10 $0.00 1 Page 4 KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code WELDER $15.48 $0.00 1 MODULAR BUILDINGS CABINET ASSEMBLY $10.23 $1.33 1 ELECTRICIAN $10.23 $1.33 1 EQUIPMENT MAINTENANCE $10.23 $1.33 1 PLUMBER $10.23 $1.33 1 PRODUCTION WORKER $7.93 $1.33 1 TOOL MAINTENANCE $10.23 $1.33 1 UTILITY PERSON $10.23 $1.33 1 WELDER $10.23 $1.33 1 PAINTERS JOURNEY LEVEL $19.71 $3.44 2B 5A PLASTERERS JOURNEY LEVEL $21.69 $7.25 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 $0.00 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $27.20 $9.21 1 B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS(OILERS) $19.66 $6.81 IN 5D 8L BACKHOES, (75 HP&UNDER) $21.76 $6.81 IN 5D 8L BACKHOES, (OVER 75 HP) $22.12 $6.81 IN 5D 8L BACKHOES, (3 YD&UNDER) $22.12 $6.81 IN 5D 8L BACKHOES, (OVER 3 YD AND UNDER 6 YD) $22.56 $6.81 IN 5D 8L BACKHOES, (6 YD AND OVER WITH ATTACHMENTS) $23.06 $6.81 IN 5D 8L BATCH PLANT OPERATOR,CONCRETE $22.12 $6.81 IN 5D 8L BELT LOADERS(ELEVATING TYPE) $21.76 $6.81 IN 5D 8L BOBCAT $19.66 $6.81 IN 5D 8L BROOMS $19.66 $6.81 IN 5D 8L BUMP CUTTER $22.12 $6.81 IN 5D 8L CABLEWAYS $22.56 $6.81 IN 5D 8L CHIPPER $22.12 $6.81 IN 5D 8L COMPRESSORS $19.66 $6.81 .1 N 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $22,12 $6.81 IN 5D 8L CONCRETE PUMPS $21.76 $6.81 IN 5D 8L CONVEYORS $21.76 $6.81 IN 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $21.76 $6.81 1 N 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $22.12 $6.81 IN 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $22.56 $6.81 IN 5D 8L WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $23.06 $6.81 1 N 5D 8L WITH ATTACHMENTS) CRANES,200 TONS&OVER,OR 250 FT OF BOOM(INCLUDING JIB WITH $23.56 $6.81 1 N 5D 8L ATTACHMENTS) . CRANES,A-FRAME, 10 TON AND UNDER $19.66 $6.81 IN 5D 8L CRANES,A-FRAME,OVER 10 TON $21.76 $6.81 IN 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $22.12 $6.81 IN 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $22.56 $6.81 IN 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $23.06 $6.81 IN 5D 8L CRANES,TOWER CRANE $23.06 $6.81 IN 5D 8L CRUSHERS $22.12 $6.81 IN 5D 8L Page 5 KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code DECK ENGINEER/DECK WINCHES(POWER) $22.12 $6.81 1 N 5D 8L DERRICK,BUILDING $22.56 $6.81 1 N 5D 8L DOZERS,D-9&UNDER $21.76 $6.81 1 N 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $21.76 $6.81 1 N 5D 8L DRILLING MACHINE $22.12 $6.81 1 N 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $19.66 $6.81 1 N 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $21.76 $6.81 1 N 5D 8L FINISHING MACHINE/CURB EXTRUDER $22.12 $6.81 1 N 5D 8L FORK LIFTS,(3000 LBS AND OVER) $21.76 $6.81 1 N 5D 8L FORK LIFTS,(UNDER 3000 LBS) $19.66 $6.81 1 N 5D 8L GRADE ENGINEER $21.76 $6.81 1N 5D 8L GRADECHECKER AND STAKEMAN $19.66 $6.81 1 N 5D 8L HOISTS,AIR TUGGERS $21.76 $6.81 1 N 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $19.66 $6.81 1 N 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $21.76 $6.81 1 N 5D 8L LOADERS,OVERHEAD(UNDER 6 YD) $22.12 $6.81 1 N 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $22.56 $6.81 1 N 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $23.06 $6.81 1 N 5D 8L LOCOMOTIVES,ALL $22.12 $6.81 1 N 5D 8L MECHANICS,ALL(WELDERS) $22.12 $6.81 1 N 5D 8L MIXERS,ASPHALT PLANT $22.12 $6.81 1 N 5D 8L MOTOR PATROL GRADER(FINISHING) $22.12 $6.81 1 N 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $21.76 $6.81 1 N 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $22.56 $6.81 1 N 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $19.66 $6.81 1 N 5D 8L OPERATOR PAVEMENT BREAKER $19.66 $6.81 IN 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $22.12 $6.81 IN 5D 8L PLANT OILER(ASPHALT CRUSHER) $21.76 $6.81 IN 5D 8L POSTHOLE DIGGER,MECHANICAL $19.66 $6.81 IN 5D 8L POWER PLANT $19.66 $6.81 IN 5D 8L PUMPS,WATER $19.66 $6.81 IN 5D 8L QUAD 9,D-10,AND HD-41 $22.56 $6.81 IN 5D 8L REMOTE CONTROL OPERATOR $22.56 $6.81 IN 5D 8L ROLLAGON $22.56 $6.81 IN 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $19.66 $6.81 IN 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS(COMPOSITION $21.76 $6.81 IN 5D 8L MATERIALS) ROTO-MILL, ROTO-GRINDER $22.12 $6.81 IN 5D 8L SAWS,CONCRETE $21.76 $6.81 IN 5D 8L SCRAPERS,CONCRETE AND CARRY ALL $21.76 $6.81 IN 5D 8L SCRAPERS,SELF-PROPELLED(UNDER 45 YD) $22.12 $6.81 IN 5D 8L SCRAPERS,SELF-PROPELLED(45 YD AND OVER) $22.56 $6.81 IN 5D 8L SCREED MAN $22.12 $6.81 IN 5D 8L SHOTCRETE GUNITE $19.66 $6.81 IN 5D 8L SHOVELS,(3 YD&UNDER) $22.12 $6.81 IN 5D 8L SHOVELS,(OVER 3 YD AND UNDER 6 YD) $22.56 $6.81 IN 5D 8L SHOVELS,(6 YD AND OVER WITH ATTACHMENTS) $23.06 $6.81 IN 5D 8L SLIPFORM PAVERS $22.56 $6.81 IN 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $21.76 $6.81 IN 5D 8L SUBGRADE TRIMMER $22.12 $6.81 IN 5D 8L Page 6 KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code TRACTORS,(75 HP&UNDER) $21.76 $6.81 1 N 5D 8L TRACTORS,(OVER 75 HP) $22.12 $6.81 1 N 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $22.56 $6.81 1 N 5D 8L TRENCHING MACHINES $21.76 $6.81 1N 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $21.76 $6.81 1 N 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $22.12 $6.81 1 N 5D 8L WHEEL TRACTORS,FARMALL TYPE $19.66 $6.81 1 N 5D 8L YO YO PAY DOZER $22.12 $6.81 1 N 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $20.10 $5.05 4A 5A LINE CLEARANCE EQUIPMENT OPERATOR $19.12 $4.32 4A 5A SPRAY PERSON $18.79 $4.30 4A 5A TREE TRIMMER $17.35 $4.96 4A 5A TREE TRIMMER GROUNDPERSON/CHIPPER OPERATOR $12.17 $4.08 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $26.57 $8.04 1A 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $11.85 $3.50 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.15 $0.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $15.21 $0.00 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $11.87 $0.00 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $11.00 $2.96 1 RESIDENTIAL LABORERS JOURNEY LEVEL $7.96 $0.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $14.66 $0.00 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $17.00 $4.12 1 B 5A RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $18.68 $4.26 1 B 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL $13.55 $2.70 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $19.89 $0.00 1 RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $15.37 $0.00 1 ROOFERS JOURNEY LEVEL $21.40 $4.90 1 R 5A USING IRRITABLE BITUMINOUS MATERIALS $24.40 $4.90 1 R 5A SHEET METAL WORKERS JOURNEY LEVEL $25.52 $7.24 11 SA SIGN MAKERS&INSTALLERS(ELECTRICAL) JOURNEY LEVEL $17.29 $2.00 1 STOCK PERSON $8.65 $1.74 1 Page 7 KING COUNTY Effective 03-02-96 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Classification Rate Benefits Code Code Code SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) CONSTRUCTION $15.63 $2.42 1 CONSTRUCTION"B" $7.91 $2.42 1 PRODUCTION SILK SCREENER $7.82 $2.42 1 SHOP PERSON $4.99 $2.42 1 SIGN HANGER $15.63 $2.42 1 SIGN PAINTER $18.39 $2.42 1 SILK SCREENER $12.16 $2.42 1 SOFT FLOOR LAYERS JOURNEY LEVEL $20.00 $4.61 113 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $11.20 $1.24 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $25.00 $9.30 1 B 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $10.50 $2.73 1 SURVEYORS CHAIN PERSON $9.35 $0.00 1 INSTRUMENT PERSON $11.40 $0.00 1 PARTY CHIEF $13.40 $0.00 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $18.06 $3.08 2B 5A HOLE DIGGER/GROUND PERSON $8.83 $2.53 2B 5A INSTALLER(REPAIRER) $17.20 $3.03 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $16.60 $3.00 213 5A POLE SPRAYER $16.60 $3.00 26 5A SPECIAL APPARATUS INSTALLER 1 $18.06 $3.08 2B 5A SPECIAL APPARATUS INSTALLER II $17.64 $3.06 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $18.06 $3.08 26 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $16.60 $3.00 26 5A TELEVISION GROUND PERSON $8.24 $2.49 2B 5A TELEVISION LINEPERSON $11.90 $2.71 26 5A TELEVISION SYSTEM TECHNICIAN $14.72 $2.88 2B 5A TELEVISION TECHNICIAN $12.95 $2.78 2B 5A TREE TRIMMER $16.60 $3.00 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $22.27 $5.31 1 R 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $17.60 $5.06 1 R 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $18.33 $4.46 1 K 5A TRUCK DRIVERS DUMP TRUCK $20.64 $6.28 1M 5D 8L DUMP TRUCK&TRAILER $21.22 $6.28 1 M 5D 8L OTHER TRUCKS $21.22 $6.28 1 M 5D 8L TRANSIT MIXER $26.46 $0.00 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 $0.00 1 OILER $9.45 $0.00 1 WELL DRILLER $11.60 $0.00 1 Page 8 e BENEFIT CODE KEY EFFECTIVE 03-02-96 OVERTIME CODES 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. I. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. SATURDAYS AND SUNDAYS MAY BE WORKED AS A MAKE-UP DAY AT THE PREVAILING HOURLY RATE OF WAGE(NO OVERTIME)WHEN WORK IS LOST DUE TO ANY REASON BEYOND'THE EMPLOYER'S CONTROL. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY EFFECTIVE 03A2-96 2. 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. I. 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. L. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY. N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. IN ADDITION TO THE HOLIDAY PAY. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4. 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. A. 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). M. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(8). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). 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). 2 BENEFIT CODE KEY EFFECTIVE 03-02-96 5. 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. A. PAID HOLIDAYS: NEW"YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. CHRISTMAS EVE DAY, AND CHRISTMAS DAY(7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY(9). 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). E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY AND 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). M. PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY AND THE DAY AFTER THANKSGIVING. N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY. 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). 3 BENEFIT CODE KEY EFFECTIVE 03-02-96 x 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, AND EMPLOYEE'S BIRTHDAY(9). W. 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(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 B. 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 I00'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 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. 4 INSTRUCTIONS TO COMPLETE THE j STATEMENT OF INTENT TO PAY PREVAILING WAGES CONTRACTORS, DISTRIBUTE APPROVED COPIES AS FOLLOWS: 1 Canary- awmding agency Blue- L&I,Emp.Stds. Green- prime contractor Pink - subcontractor�._.,_.. _,.,.......,�.�.. �. 1. Enter each craft you intend to employ on this project. If operating engineers and/or truck drivers will be used, please describe the type and list the size or rated capacity of the equipment. If the work will be done by owners or partners please state so under#1. If the work is done by owners or partners, #2,#3 and #4 need not be completed. Partners who own less than 30 percent of a partnership arc considered to be employees. 2. Enter the rate of hourly pay for each craft or classification. 3. Enter the rate of hourly fringe benefits only if you are paying one or more of the following benefits: va:anon, group medical insurance (e.g., Blue Cross, County Medical, etc.), pension and/or an appizntice training fund. If you are not paving benefits into these funds, add the prevailina fringe benefits to the rate of hourly pay and list the total under#2. a. All company pension plans must be approved by the IRS. b. Apprentice training programs must be approved by the Washington State A rcn6ceship and Training Council pp 4. Enter the estimated number of workers for each craft or classification. 5. If this is residential, landscape, or sewer/waterline construction,please state so on the forms. PLEASE NOTE: The amount listed under#2 plus the amount listed under#3 (if any) must equal or exceed the "prevailing rate of wage I OVERTIME To obtain the prevailing wage for hours worked in excess of 8 hours per day, 40 hours per week, or on Saturday, Sunday & holidays, please call 753-4019. APPRENTICES Any worker 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 verify apprentices registration and status, call (206) 753-351-1. PROGRESS PAYMENTS Each voucher claim submitted by a contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the prefiled statement(s) of intent to pay prevailing wages on file with the public agency. This Statement of Intent is approved based on the informarion provided by the con rractorlsubconrractor. It does nor signify approval of the classifications of labor used by the eonrractorlsubconrraeror. Cutnpiete & mail enure set STATEMENT OF INTENT TO WITH APPROVAL FEE OF SIuO TO: Dcparcparancnt of Liar&Itrdus-- PAY PREVAILING WAGES es _ _ ESAC Division Public Works Contract .106 Legion Way SE HC710-1 INSTRUCTIONS Olympia WA 98504101 (206)753-40I9 ON BACK _..........._...._____. .._- ...__.._ _.... ._�__ YOUR APPROVED COPIES WILL BE MAILED TO i THIS ADDRESS Contract or BPW No. ............... ................................. ........------.........-----.....-----------•---•--........---..............--------------_..... Company name ........._....._._._ -- ...... •................................_..,....................................... 1 .Bid due date Date contract awarded ... ................. ...._..........................-_- ...—._.. -.. __ .........—— ___.....__._. Address County wherc work perfotmed ..................................... .. ........................._.........................................,........................--- .........,...._............. .._.................. ..............._........................ City Stec ZP Prune contractor ................................................................_................_...._............_..._.............._...._.._......... ............... ............-,.................................................................................... ..... Please allow a minimum of To to 15 working days for processing from the Do you intend to use subcontractors? date the Department received your document with the correct approval fee. Yes - No ......... ......................................_.. ........_.._.._.__...,- CONTRACrAWARDWG name PUBLIC AGENCY .................................................................................._.........................................,...._............._................................................................... ..........._...................................... address sta 21P - phone numbei v 1.CRAFT 2 RATE OF 3.RATE OF HRLY a.ES INIATED NO. :....HOURLY PAY _._FRINGE B ENEFITS OF WORKERS i ...................._ -.___-------------_.......-..__------------__...._......................_.......I. .. ............. -_____......... .......................... I HEREBY CERTIFY THAT THE ABOVE INFORMATION IS CORRECT AND THAT ALL WORKERS 1 EMPLOY ON THIS PUBLIC WORKS Marne and address OI company corMleting tlis font. PROJECT WILL BE PAID NO LESS THAN THE PP VAILING WAGE RATE(S) AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF :Company name THE DEPARTMENT OF LABOR AND INDUSTRIES. 1 UNDERSTAND THAT CONTRACTORS WHO VIOLATE PRSVAILiNG WAGE LAWS, i•E. INCORRECT CLASSIFICATION/SCOPE OF WORK OF WORKERS. A IMPROP� PAYMENT OF PPXVAILING WAGES. ETC. ARE SUB- Jrest ECT TO FINES AND/OR DEBARMENT AND WILL BE RE, QUIRED TD E PAYANY BACK WAGES DUE TO WORKERS. ................................................................ ...._ ....................... .. City ...Star^-...�... NOTARY; (complete all 4 copies and haveeach notarized) .._.__................. ...... SUHSCR:HID AND swoRN TO HLFORL ML ..........._................_................................................ .. ................_ .............................. THIS DATL Thortc number Registration No. .............I......................................................_........----...._......._...........................s NOTARY PUBLIC :N AND FOR THE STATIC ..............,..._._..._....................... ...................._ or :Title Signarurc .......................................................................................................................... .SIGNATUXE :........................................................................................................................................... ....__....................:.........................._........._._.___._......................... .............I.............................................................. ................................... For LSI Use Only RES:II:::G AT APPROVED Dcpa=cnt of Labor and Lndusm s ............................... ------------•---------......................................... My com-MISSION DCPIRES oN By ................._.................................................. r r IAQILf lta! .SlGf 1Sl1C1Gn F700-029-000 intcrtr to pay 11-89 t INSTRUCTIONS TO COMPLETE THE 1 AFF_I_DAVIT OF PREVAILING WAGES PAID t CONTRACTORS, DISTRIBUTE APPROVED COPIES AS FOLLOWS: !1 1.Awarding agency 2. L&I Employment Stds. 3.Prime contractor I4. Subcontractor 1. Enter each craft you employed on this project. If operating engineers and/or truck drivers were used, please describe the type and list the size or rated capacity of the equipment. If the work was done by owners or partners please state so under#l. If the work was done by owners or partners #2,#3 and#4 need not be completed. jPartners who own less than 30 percent of a partnership are considered to be employees. I 2. Enter the rate of hourly pay for each craft or classifcation. 3. Enter the rate of hourly fringe benefits only if you are paving one or more of the following benefits: vacation, group medical insurance (e.g., Blue Cross, County Medical, etc.), pension and/or an apprentice training fund. If you are not paying benefits into these funds, add the prevailing fringe benefits to the rate of hourly pay and list the total under#2. a. Individual company pension plans must be approved by the IRS. b.Apprentice training programs must be approved by the Washington State Apprenticeship and Training Council. 4. If apprentices have been employed on this project,provide this additional information: name, registration number, stage of progression and dart hired_ 5. If this is residential, landscape or sewer/waterline construction, lease state so on the forms. p p PLEASE NOTE: The amount listed under#2 plus the amount listed under#3 (if any) must equal or exceed the "prevailing rate of wage". OVERTIME To determine the prevailing wage for hours worked in excess of 8 hours per day, 40 hours per week, or on Saturday, Sunday & holidays, please call 753-4019. APPRENTICES Any worker 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 verify apprentices registration and status, call (206) 753-3=11. RETAINAGE Contractors are responsible for obtainingand filin affidavits of the sub-contractors. t This is required by paw and retainage can not lawfully be released until such affidavits are 1 filed. This Affidavit is approved based on the information provided by the conrractorlstebconrracror.It does not signify approval of the classifications of labor used by the contracrorlsubconrracror. Complete & mail entire set ^ Affidavit Of WITH APPROVAL FEE OF SI2-50 TO: Dep&=mt of Labor& Industries `:I .; PREVAILING WAGES PAID ESAC Division Public Works Contract 406 Legion Way SE HC710-3 INSTRUCTIONS Olympia WA 98504.-4401 (206) 753-4019 ON BACK .............................................---.__--_.._...._­...----..................... YOUR APPROVED COPIES WILL BE MAILED TO t THIS ADDRESS Contract or BPW No. Name - Bid due date Date contract:warded ... ------.._----------------_.._......._._.--..-.._ Y.. —__......_...... .._._.._..............__..........__ _ Addsus County where wort performed Date work completed - .._.__ ................__..__. ......__,....-..._..._ .._......._.............-..........._...----............... ........-..-. .. City Start: ZIP Prime contractor -.-...._..._._ --_ .. _. ...... ..._..._-__ .. ..-.............................__................_..... -.___..... Please allow a minimum o1 f0 to 15 working— —days 1or proeassing from...._the_ _ Was a statement of intent filed for thu project? date the Department received your document with the correct approval lee. Yes No ................._...... _........... _..._._.. ..- CONTRACTAWARDING Warne PUBLIC AGENCY Addrui ...----._.--------- — —__.--....._-- - -- .._—__.__... city state 7B � � phone number _...... ...........................__.................................._.__ _._..-... ....................................... 1.CRAFT 2-RATE OF 3. RATE OF HRLY 4• APPRENTICES: Name.registration +r. HOURLY PAY FRINGEBENEFrTS sage of prog=ston & date of hire I I HER_r3Y CERTIFY THAT THE ABOVE INFORMATION IS CORRECT AND THAT ALL WORKERS I EMPLOYED ON THIS PUBLIC WORKS Karnear)dad&=Of company ton-pledn4t=form: PROJECT WERE PAID NO LESS THAN THE PREVAILING WAGE RAT£ ..............._....._..._.................................._......................_..........-.......... .......... AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF THE Company name DEPARTMENT OF LABOR AND INDUSTRIES. I UNDERSTAND THAT CONTRACTORS WHO VIOLATE PREVAILING WAGE LAWS, I.E. INCOP_RrCT CLASSIFICATION/SCOPE OF WORK OF WORKERS. IM- :emu....------ — --- -- -` — ---............................................. PROPER PAYMENT OF PPr-VAILLNG WAGES, ETC., ARE SUBJECT TO FINES AND/OR DEBARMENT AND WILL BE REQUIRED TO PAY ANY PACK WAGES DUE TO WORKERS. :-C- ..........-.._........_...._.....-................................._..----------•-----................. NOTARY, (complete 4 copies and have each notarized ) try Srate ZIP �SUBSCRMED AND SWORN TO BETORL ME ....__ d .._.... _........._...... ......-_..................... nits DATE :Phone number Registration number ......................................................._.........................._....................................... i NOTARY PUBLIC IN AND roR TY-E STATE CrTitle SignatL^e r .............................. :SIGNATURE IGN A TU RL __........................ . ................. -_ _... For L&I Use Only APPROVED Depanment of Labor and Lridusm s ........ ............. .... ....... ... - _....- ................. MY CO MM.ISS:0N EX IRLS ON By _.............................. -..._..._.....................> indtcstrta! laturtctaa _...._................... S F700-007-000 affidavit of wage 11-89 .......... C-19 CITY OF RENTON CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: Ref: Pay Estimate No. Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted prior to or with the last pay request. Company Name By: Title: High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Biddocs/(7/8/96)sm July 1996 ENVIRONMENTAL REGULATIONS 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. 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. PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. WASHINGTON STATE DEPARTMENT OF FISH AND WILDLIFE Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. 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. W.A.C. 508-12-220: Requires permit to use ground water. W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false work design, etc.) WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) FIRE PROTECTION DISTRICT R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne). 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. CITY OF RENTON TRANSPORTATION SUPPLEMENTAL SPECIFICATIONS for the 1994 STANDARD SPECIFICATIONS for Road, Bridge, and Municipal Construction Y O ♦ Adw Washington State Department of Transportation American Public Works Association Washington State Chapter CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right-of-way by, or for,the City of Renton; or work performed as an extension,betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications The Standard Specifications are"The 1994 Standard Specifications for Road, Bridge, and Municipal Construction" published by the Washington State Department of Transportation and the American Public Works Association,Washington Chapter, as modified and adopted by the City of Renton. 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 and is produced to be used together with the original document. Where changes are being made to the 1994 Standard Specifications sufficient amounts of the original (WSDOT/APWA)text is reproduced to provide clarity and context. All original text being deleted is shown with a line through the characters. (This is deleted-) All replacement text or text being added is shown in bold face type. Sections being deleted in their entirety are so stated and not shown with a line through the characters. 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 1994 Standard Specifications. (SA) Signifies an amendment produced by WSDOT and adopted verbatim by the City of Renton. (RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has been rewritten by Renton. Those documents listed above shall govern all work, except as these standards may be modified or superseded by project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right-of-way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the Planning/Building/Public Works Department, Municipal Building, Renton,Washington 98055,where they may be examined and copied by any interested party. TABLE OF CONTENTS Division1 General Requirements...................................................................................................................................1 1-01 Definitions and Terms.....................................................................................................................1 1-02 Bid Procedures and Conditions......................................................................................................2 1=03 Award and Execution of Contract.................................................................................................3 1-04 Scope of the Work...........................................................................................................................4 1-05 Control of Work..............................................................................................................................4 1-06 Control of Material.........................................................................................................................8 1-07 Legal Relations and Responsibilities to the Public.......................................................................8 1-08 Prosecution and Progress..............................................................................................................19 1-09 Measurement and Payment..........................................................................................................21 1-11 Renton Surveying Standards........................................................................................................25 Division2 Earthwork....................................................................................................................................................28 2-01 Clearing,Grubbing,and Roadside Cleanup...............................................................................28 2-02 Removal of Structures and Obstructions....................................................................................28 2-03 Roadway Excavation and Embankment.....................................................................................29 2-04 Haul................................................................................................................................................30 2-06 Subgrade Preparation...................................................................................................................30 2-07 Watering........................................................................................................................................30 2-09 Structure Excavation.....................................................................................................................30 Division 3 Production From Quarry and Pit Sites and Stockpiling..........................................................................31 Division4 Bases.............................................................................................................................................................31 Division5 Surface Treatments and Pavements...........................................................................................................31 5-01 Subsealing......................................................................................................................................31 5-04 Asphalt Concrete Pavement..........................................................................................................31 5-05 Cement Concrete Pavement..........................................................................................................35 Division6 Structures.....................................................................................................................................................36 6-01 Structures.......................................................................................................................................36 6-02 Concrete Structures.......................................................................................................................36 6-03 Steel Structures..............................................................................................................................46 6-05 Piling...............................................................................................................................................47 6-10 Concrete Barrier............................................................................................................................47 6-12 Rockeries........................................................................................................................................47 Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................48 7-01 Drains.............................................................................................................................................48 7-02 Culverts..........................................................................................................................................48 7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass............................................................49 744 Storm Sewers.................................................................................................................................49 7-05 Manholes,Inlets,and Catch Basins.............................................................................................50 7-10 Trench Exc.,Bedding,and Backfill for Water Mains...........:....................................................52 7-11 Pipe Installation for Water Mains...............................................................................................52 7-12 Valves for Water Mains................................................................................................................55 7-14 Hydrants.........................................................................................................................................57 7-15 - Service Connections.......................................................................................................................57 7-17 Sanitary Sewers.............................................................................................................................58 Division 8 Miscellaneous Construction8......................................................................................................................60 8-01 Erosion Control.............................................................................................................................60 8-02 Roadside Planting..........................................................................................................................60 8-09 Raised Pavement Markers............................................................................................................61 8-10 Guide Posts.......................................................................»._.».».»»........_.»..............................61 8-11 Guardrail........................................................................................................................................61 8-13 Monument Cases...........................................................................................................................61 8-14 Cement Concrete Sidewalks.........................................................................................................62 Page-SP-i Revision Date: 05131195 (03:33 PM) 8-17 Impact Attenuator Systems(New)...............................................................................................62 8-20 Illumination,Traffic Signal Systems,and Electrical..................................................................63 8-22 Pavement Marking........................................................................................................................70 8-23 Temporary Pavement Markings..................................................................................................71 Division9 Materials......................................................................................................................................................71 9-00 Definitions and Tests.....................................................................................................................71 9-02 Bituminous Materials]...................................................................................................................72 9-03 Aggregates2....................................................................................................................................72 9-04 Joint and Crack Sealing Materials...............................................................................................73 9-05 Drainage Structures,Culverts,and,Conduits3...........................................................................73 9-06 Structural Steel and Related Materials.......................................................................................75 9-07 Reinforcing Steel............................................................................................................................75 9-08 Paints..............................................................................................................................................76 9-13 Riprap,Quarry Spalls,and Slope Protection.............................................................................76 9-16 Fence and Guardrail.....................................................................................................................76 9-17 Flexible Guide Posts......................................................................................................................77 9-19 Prestressed Concrete Girders.......................................................................................................77 9-23 Concrete Curing Materials and Admixtures...............................................................................77 9-29 Illumination,Signals,Electrical...................................................................................................77 9-30 Water Distribution Materials.......................................................................................................84 Page-SP-ii Revision Date: 05131195 (03:33 PM) 1-01 Definitions and Terms 1-01 Definitions and Terms Plans(RC) The contract plans and/or standard plans which show Division I location, character, and dimensions of prescribed work General Requirements including layouts,profiles,cross-sections,and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless 1-01 Definitions and Terms of the method of binding. The terms "Standard Drawings" or "Standard SECTION 1-01.1 IS REVISED BY ADDING THE Details" generally used in specifications refers to drawings FOLLOWING: bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. 1-01.1 General(RC) Secretary,Secretary of Transportation(RC) Whenever reference is made to the State, Commission, The chief executive officer of the Department and other Department of Transportation, Secretary of authorized representatives. The chief executive officer to the Transportation, Owner, Contracting Agency or Engineer, Department shall also refer to the Department of such reference shall be deemed to mean the City of Renton Planning/Building/Public Works Administrator. acting through its City Council, employees, and duly Special Provisions(RC) authorized representatives for all contracts administered Supplemental b the City of Renton.0 i i Modifications to the y ty standard specifications and the amendments to the standaf SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY spet+eas and supplemental specifications that apply to THE FOLLOWING: an individual project. The special provisions may describe work the specifications do not cover. Such work shall 1-01.3 Definitions(RC,APWA) comply first with the special provisions and then with any specifications that apply. The Contractor shall include all Act of god (RC) costs of doing this work within the bid prices. "Act of God" means an earthquake, flood, cyclone, or State(RC) other cataclysmic phenomenon of nature. A rain, The state of Washington acting through its windstorm, high water or other natural phenomenon of representatives. The State shall also refer to The City of unusual intensity for the specific locality of the work,which Renton and its authorized representatives where might reasonably have been anticipated from historical applicable. records of the general locality of the work, shall not be construed as an act of god. Contract Documents(APWA) Consulting Engineer(RC) The component parts of the contract which may include, but are not limited to, the Proposal Form, the The Contracting Agency's design consultant,who may Contract Form, bonds, insurance certificates,various other or may not administer the construction program for the certifications and affidavit, the Contract Provisions, the Contracting Agency. Contract Plans, Working Drawings, the Standard Day(RC) Specifications,the Standard Plans,Addendum,and Change Unless otherwise designated, day(s) as used in the Orders. Contract Documents,shall be understood to mean working Dates(APWA) days. Bid Opening Date(APWA) Or Equal(RC) The date on which the Contracting Agency publicly Where the term "or equal" is used herein, the opens and reads the bids. Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of Award Date(APWA,RC) the quality and suitability of the proposed substitution. The date of the formal decision of the Contracting The responsibility and cost of furnishing necessary Agency to accept the lowest responsible and responsive evidence, demonstrations,or other information required to Bidder for the work. obtain the approval of alternative materials or processes by Contract Execution Date(APIVA) the Owner shall be entirely borne by the Contractor. The date the Contracting Agency officially binds the Owner(RC) agency to the Contract. The City of Renton, or its authorized representative. Also referred to as Contracting Agency. Notice to Proceed Date(AP{VA) The date stated in the Notice to Proceed on which the Contract time begins. Page-SP-1 Revision Date:05/31/95 (03:33 PM) 1-02 Bid Procedures and Conditions 1-02 Bid Procedures and Conditions Contract Completion Date(APWA,RC) SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING The date by which the work is contractually required SENTENCE 1,PARAGRAPH 1 TO READ: to be completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will 1-02.4(2) Subsurface Information(APWA) be authorized in writing by the Engineer whenever there is If the Contracting Agency has made subsurface an extension to the Contract time. investigation of the site of the proposed work, the boring log data and soil sample test data, and geotechnical reports Final Acceptance Date(APWA,RC) accumulated by the Contracting Agency will be made available The date on which the Contracting Agency accepts the for inspection by the bidders. work as complete per contract requirements. SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE Material(APWA) FOLLOWING. Any substance specified for use in the construction of 1-02.5 Proposal Form(APWA) the project and its appurtenances which enters into and The Engineer reserves the right to arrange the Bid forms a part of the finished structure or improvement and Forms with Alternates,Additives,or Deductives, if such be is capable of being so used and is furnished for that to the advantage of the Contracting Agency. The Bidder purpose. shall bid on all Additives, Deductives, or Alternates set Materialman(APWA) forth in the Proposal Forms unless otherwise specified in the Special Provisions. A person or organization who furnishes a raw material, supply, commodity, equipment, or manufactured SECTION 1-02.6 IS SUPPLEMENTED BYADDING THE or fabricated product and does not perform labor at the FOLLOWING. Project Site;a supplier. Notice of Award(APWA) 1-02.6 Preparation of Proposal(RC) The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's All prices shall be in legible figures and (*e�-words) acceptance of the Bid. written in ink or typed.The proposal shall include: 1. A unit price for each item(omitting digits more than Notice to Proceed(APWA) four places to the right of the decimal point), each The written notice from the Contracting Agency or unit price shall also be written in words; where a Engineer to the Contractor authorizing and directing the conflict arises the written words shall prevail. Contractor to proceed with the Work and establishing the SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL date on which the Contract Time begins. SECTION. 1-02 Bid Procedures and Conditions 1-02.6(1) Proprietary Information (RC) Vendors should, in the bid proposal, identify clearly SECTION 1-02.1 IS DELETED AND REPLACED BY THE any material(s) which constitute "(valuable) formula, FOLLOWING: designs, drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials 1-02.1 Qualifications of Bidder(APWA) otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department(or Bidders shall be qualified by experience, financing, State) will give notice to the vendor of any request for equipment, and organization to do the work called for in disclosure of such information received within 5(five)years the Contract Documents. The Contracting Agency reserves from the date of submission. Failure to so label such the right to take whatever action it deems necessary to materials or failure to timely respond after notice of ascertain the ability of the Bidder to perform the work request for public disclosure has been given shall be satisfactorily. This action may include a pre qualification deemed a waiver by the submitting vendor of any claim procedure prior to the Bidder being furnished a proposal that such materials are,in fact,so exempt. form on any contract or a preaward survey of the Bidder's SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE qualifications prior to award. FOLLOWING: SECTION 1-02.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.12 Public Opening of Proposals(APWA) 1-02.2 Bid Documents(APWA) The Contracting Agency reserves the right to postpone Information as to where Bid Documents can be the date and time for bid opening. Notification to bidder obtained or reviewed will be found in the Call for Bids for will be by addenda. the Work placed in the Contracting Agency's official newspaper. Page-SP-2 Revision Date: 05/31/95 (03:33 PM) 1-03 Award and Execution of Contract 1-03 Award and Execution of Contract SECTION 1-02.13 PARAGRAPH I IS REVISED BY describe the specific error(s) and certify that the work DELETING ITEM (h) AND REVISING ITEM (e) IN sheets are the originals used in the preparation of the Bid. PARAGRAPH]. The affidavit and the work sheets shall be submitted to the Engineer before 5:00 p.m. on the next business day after Bid opening or the claim will not be considered. The 1-02.13 Irregular Proposals(RC,APWA) Engineer will review the certified work sheets,to determine the validity of the claimed error, and make 1. A proposal will be considered irregular and will be recommendation to the Contracting Agency. If the rejected if: Contracting Agency concurs in the claim of error the a. The authorized proposal form furnished is not Bidder will be relieved of responsibility, and the Bid used or is altered; Deposit of the Bidder will be returned. Thereafter, at the b. The completed proposal form contains any discretion of the Contracting Agency, all Bids may be unauthorized additions,deletions,alternate bids, rejected or award made to the next lowest responsible or conditions; Bidder. c. The bidder adds provisions reserving the right to reject or accept the award, or enter into the SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE contract; FOLLOWING: d. The proposal form is not properly executed; e. The bidder is not prequalified when so 1-03.2 Award of Contract(RC) required; f. A price per unit cannot be determined; The contract,bond form,and all other forms requiring g. The bidder does not provide the list as required execution, together with a list of all other forms or in Section 1-02.6 regarding subcontracting;or documents required to be submitted by the successful li- The bid ,,,.e,. ..,.. ,.:a 1R-a-St the ...:,,:.„...n bidder,will be forwarded to the successful bidder within 10 WmAuRf c_ the item Tra ffi. Genti:el Labor as days of the award. The number of copies to be executed by Fequired in ceetien , 02.6. the Contractor shall be determined by the Contracting Agency. SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH 1 TO READ: SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS: 1-02.14 Disqualification of Bidders(APWA) 1-03.3 Execution of Contract(APWA,RC) 3. A bidder is not prequalified for the work or to the full extent of the bid; Within 20 10 calendar days after receipt from the City of the forms and documents required to be completed by the 1-02.15 IS SUPPLEMENTED BY ADDING THE Contractor, the successful bidder shall return FOLLOWING: the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory 1-02.15 Pre-Award Information(APWA) bond as required by law and Section 1-03.4. if the bidder experiences circumstances beyond their control that prevents 6. Such additional information as may be specified return of the contract documents within 20 10 calendar days which will permit the Engineer to determine the after the award date,the Contracting Agency may grant up to a Bidder's general ability to perform the Work. maximum of 20 10 additional calendar days for return of the documents, provided the Contracting Agency deems the 1-03 Award and Execution of Contract circumstances warrant it. The Contracting Agency is prohibited by RCW SECTION I-03.1IS SUPPLEMENTED ASFOLLOWS: 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the 1-03.1 Consideration of Bids(RC,APWA) state. In addition,the Contracting Agency requires persons doing business with the Contracting Agency to possess a The total of extensions, corrected where necessary, and valid City of Renton business license prior to award. including sales taxes where applicable, will be used by the When the Bid Form provides spaces for a business Contracting Agency for award purposes and to fix the amount license number, a Washington State Contractors of the contract bond. registration number, or both the Bidder shall insert such All bids will be based on total sum of all schedules of information in the spaces provided. The Contracting prices. No partial bids will be accepted unless so Stated in Agency requires legible copies of the Contractor's the call for bids or special provisions. The City reserves the Registration and business license be submitted to the right however to award all or any schedule of a bid to the Engineer as part of the Contracting Agency's post-award lowest bidder at its discretion. information and evaluation activities. A bidder who wishes to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award.The affidavit shall Page-SP-3 Revision Date: 05/31/95 (03:33 Plot) 1-04 Scope of the Work 1-05 Control of Work SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump FOLLOWING TO THE FIRST PARAGRAPH. sum," shall..be full compensation for all work, equipment and materials required to perform final cleanup. If this pay item does not appear in the contract documents then 1-03.4 Contract Bond (APWA) final clean up shall be considered incidental to the contract and to other pay item and no further compensation shall be 5. Be accompanied by a power of attorney for the made. Surety's officer empowered to sign the bond. 7. Be signed by an officer of the Contractor empowered to sign official statements (sole 1-05 Control of Work 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 1-05.3 Plans and Working Drawings(RC) signing the bond to bind the corporation (i.e., corporate resolution,power of attorney or a letter The Contractor shall submit supplemental working to such effect by the president or vice-president). drawings as required for the performance of the work. The drawings shall be on sheets measuring 24-by-36 22 by 34 1-04 Scope of the Work inches or on sheets with dimensions in multiples of 8-1/2 by 11 11 inches. SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION I-OS.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING. FOLLOWING. 1-04.1 Intent of the Contract(RC) 1-05.4 Conformity with and Deviations from Plans and Stakes(RC) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump If the project calls for Contractor supplied surveying, sum work accomplished to date. The Engineer's the Contractor shall provide all required survey work, calculations and decisions shall be final in regard to the including such work as mentioned in Sections 1-05.4, t- actual percentage of any lump sum pay item accomplished 05.5,-1-11 and elsewhere in these specifications as being and eligible for payment unless another specific method of provided by the Engineer. calculating lump sum payments is provided elsewhere in SECTION 1-O5.5 THE VACANT SECTION IS REPLACED the specifications. . BY THE FOLLOWING.- SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes(RC) 1-04.2 Coordination of Contract Documents, If the project calls for Contractor supplied surveying, Plans,Special Provisions Specifications, the Contractor shall provide all required survey work, and Addenda(RC) including such work as mentioned in Sections 1-05.4, 1- Any inconsistency in the parts of the contract shall be 05.5, 1-11 and elsewhere in these specifications as being resolved by following this order of precedence (e.g., I provided by the Engineer. All costs for this survey work presiding over 2, 3,4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6, shall be included in "Contractor Supplied Surveying," per and 7;and so forth): lump sum. I. Addenda 2. Proposal Form 1-05.5(1)General(APWA,RC) 3. Special-Provisions The Engineer or Contractor supplied surveyor will 4. Contract Plans provide construction stakes and marks establishing lines, 5. Amendments to the Standaid Speeifieatieffs slopes,and grades as stipulated in Sections 1-05.5(1)and 1- Supplemental Specifications. 05.5(2) and will perform such work per Section 1-11. The 6. Standafd Speeifiea4ien Standard Plans Contractor shall assume full responsibility for detailed 7. StandaFd Plan Standard Specifications dimensions, elevations, and excavation slopes measured SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS. from the Engineer or Contractor supplied surveyor furnished stakes and marks. 1-04.11 Final Cleanup(RC) The Contractor shall provide a work site which has been prepared to permit construction staking to proceed in 3. All salvage material as noted on the plans and a safe and orderly manner. The Contractor shall keep the taken from any of the discarded facilities shall, at the Engineer or Contractor supplied surveyor informed of engineer's discretion, be carefully salvaged and delivered staking requirements and provide at least 48 hours notice to the City shops. Any cost incurred in salvaging and to allow the Engineer or Contractor supplied surveyor delivering such items shall be considered incidental to the adequate time for setting stakes. project and no compensation will be made. Page-SP-4 Revision Date: 05/31/95 (03:33 Prot) 1-05 Control of Work 1-05 Control of Work Stakes, marks, and other reference points, including On alley construction projects with minor grade existing monumentation, set by Contracting Agency forces changes, the Engineer—or. Contractor supplied surveyor shall be carefully preserved by the Contractor. The shall provide offset hubs on one side of the alley to establish Contractor will be charged for the costs of replacing stakes, the alignment and grade. Alleys with major grade changes markers and monumentation that were not to be disturbed shall be slope staked to establish grade before offset hubs but were destroyed or damaged by the Contractor's are set. operations. This charge will be deducted from monies due or to become due to the Contractor. 1-05.5(3) Bridge and Structure Surveys(APWA) Any claim by the Contractor for extra compensation For all structural work such as bridges and retaining by reason of alterations or reconstruction work allegedly walls, the Contractor shall retain as a part of Contractor due to error in the Engineer's line and grade, will not be organization an experienced team of surveyors under direct allowed unless the original control points set by• the supervision of a licensed surveyor. The Contractor shall Engineer still exist, or unless other satisfactory ensure that required field measurements and locations, substantiating evidence to prove the error is furnished the match and fulfill the intended plan dimensions. The Engineer. Three consecutive points set on line or grade Contractor shall provide all surveys required to complete shall be the minimum points used to determine any the structure, except the following primary survey control variation from a straight line or grade.Any such variation which will be provided by the Engineer: shall, upon discovery, be reported to the Engineer. In the 1. Centerline or offsets to centerline of the structure. absence of such report the Contractor shall be liable for 2. Stations of abutments and pier centerlines. any error in alignment or grade. 3. A sufficient number of bench marks for levels to The Contractor shall provide all surveys required enable the Contractor to set grades at reasonably other than those to be performed by the Engineer. All short distances. survey work shall be done in accordance with Section 1-11 4. Monuments and control points as shown on the SURVEYING STANDARDS of these specifications. Drawings. The Contractor shall keep updated survey field notes The Contractor shall establish all secondary survey in a standard field book and in a format set by the controls, both horizontal and vertical, as necessary to Engineer, per Section 1-11.1(3). These field notes shall assure proper placement of all project elements based on include all survey work performed by the Contractor's the primary control points provided by the Engineer. surveyor in establishing line, grade and slopes for the Survey work shall be within the following tolerances: construction work. Copies of these field notes shall be 1. Stationing +.01 foot provided the Engineer upon request and upon completion 2. Alignment +.01 foot of the contract work the field book or books shall be (between successive points) submitted to the Engineer and become the property of the 3. Superstructure Elevations +.01 foot Contracting Agency. (from plan elevations) If the survey work provided by the Contractor does 4. Substructure Elevations +.05 foot not meet the standards of the Engineer, then the (from plan elevations) Contractor shall, upon the Engineer's written request, During the progress of the Work, the Contractor shall remove the individual or individuals doing the survey work make available to the Engineer all field books including and the survey work will be completed by the Engineer at survey information, footing elevations, cross sections and the Contractor's expense. Costs for completing the survey quantities. work required by the Engineer will be deducted from The Contractor shall be fully responsible for the close monies due or to become due the Contractor. coordination of field locations and measurements with All costs for survey work required to be performed by appropriate dimensions of structural members being the Contractor shall be included in the prices bid for the fabricated. various items which comprise the improvement or be included in the bid item for "Contractor Supplied 1-05.5(4) Contractor Supplied Surveying(RC) Surveying" per lump sum if that item is included in the When the contract provides for Contractor Supplied contracts. Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a 1-05.5(2) Roadway and Utility Surveys (APWA) part of the Contractor Organization an experienced team The Engineer shall furnish to the Contractor one time of surveyors under the direct supervision of a professional only, or Contractor supplied surveyor will provide as land surveyor licensed by the State of Washington. All needed, all principal lines, grades, and measurements the survey work shall be done in accordance with Sections l- Engineer deems necessary for completion of the Work. 05.4, 1-05.5 and 1-11. These shall generally consist of one initial set of: The Contractor and/or Surveyor shall inform the 1. Slope stakes for establishing grading, Engineer in writing of any errors, discrepancies, and 2. Curb grade stakes, omissions to the plans that prevent the Contractor and/or 3. Centerline finish grade stakes for pavement Surveyor from constructing the project in a manner sections wider than 25 feet,and satisfactory to the Engineer. All errors, discrepancies, and 4. Offset points to establish line and grade for omissions must be corrected to the satisfaction of the underground utilities such as water, sewers, and Engineer before the survey work may be continued. storm drains(with offsets,50' max interval). Page-SP-S Revision Date: 05/31/95 (03:33 PM) 1-05 Control of Work 1-05 Control of Work The Contractor shall coordinate his work with the THE VACANT SECTION 1-05.8 IS REPLACED BY. Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove 1-05.8 Contracting Agency's Right to Correct any survey stakes and/or points before physically removing Defective and Unauthorized Work(APWA) them. The surveyor shall be responsible for maintaining As- If the Contractor fails to remedy defective or Built records for the project. The Contractor shall unauthorized work within the time specified in a written coordinate his operations and assist the Surveyor in notice from the Engineer, or fails to perform any part of maintaining accurate As-Built records for the project. . the Work required by the Contract Documents, the If the Contractor and Surveyor fail to provide, as Engineer may correct and remedy such work as may be directed by the Engineer and/or these plans and identified in the written notice, by such means as the specifications, accurate As-Built records and other work Engineer may deem necessary, including the use of the Engineer deems necessary, the Engineer may elect to Contracting Agency forces. provide at Contractor expense, a surveyor to provide all If the Contractor fails to comply with a written order As-Built records and other work as directed by the to remedy what the Engineer determines to be an Engineer. The Engineer shall deduct expenses incurred by emergency situation, the Engineer may have the defective the Engineer-supplied surveying from moneys owed to the and unauthorized Work corrected immediately, have the Contractor. rejected Work removed and replaced, or have Work the Payment per Section 1-04.1 for all work and materials Contractor refuses to perform completed by using required for the full and complete survey work required to Contracting Agency or other forces. An emergency complete the project and as-built drawings shall be situation is any situation which, in the opinion of the included in the lump sum price for "Contractor Supplied Engineer,a delay in its remedy could be potentially unsafe, Surveying." or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting 1-05.5(5) Contractor Provided As-Built Agency attributable to correcting and remedying defective Information (RC) or unauthorized Work, or Work the Contractor failed or It shall be the contractors responsibility to record the refused to perform, shall be paid by the Contractor. location prior to the backfilling of the trenches, by Payment will be deducted by the Engineer from monies centerline station, offset, and depth below pavement, of all due, or to become due, the Contractor. Such direct and existing utilities uncovered or crossed during his work as indirect costs shall include in particular, but without covered under this project. limitation, compensation for additional professional It shall be the contractors responsibility to have his services required, and costs for repair and replacement of surveyor locate by centerline station, offset and elevation work of others destroyed or damaged by correction, each major item of work done under this contract per the removal, or replacement of the Contractor's unauthorized survey standard of Section I-11.. Major items of work work. shall include but not be limited to: No adjustment in contract time or compensation will Manholes, Catch basins and Inlets, Valves, be allowed because of the delay in the performance of the vertical and Horizontal Bends, Junction boxes, Work attributable to the exercise of the Contracting Cleanouts, Side Sewers, Street Lights & Agency's rights provided by this Section nor shall the Standards, Hydrants, Major Changes in Design exercise of this right diminish the Contracting Agency's Grade, Vaults, Culverts, Signal Poles, Electrical right to pursue any other avenue for additional remedy or Cabinets. damages with respect to the Contractor's failure to perform After the completion of the work covered by this the Work as required. contract,the contractors surveyor shall provide to the City SECTION I-05.10 IS SUPPLEMENTED BYADDING THE the hard covered field book(s) containing the as-built notes FOLLOWING: and one set of white prints of the project drawings upon which he has plotted the notes of the contractor locating 1-05.10 Guarantees(APWA, RC) existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of If within one year after the Acceptance Date of the the new work as he recorded in the field book(s). This Work by the Contracting Agency, defective and drawing shall -bear the surveyors seal and signature unauthorized Work is discovered, the Contractor shall certifying it's accuracy. promptly, upon written order by the Contracting Agency, All costs for as-built work shall be included in the return and in accordance with the Engineer's instructions, contract item "Contractor Supplied Surveying." either correct such Work, or if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized Work corrected or removed Page-SP-6 Revision Date: 05/31/95 (03:33 PM) 1-05 Control of Work 1-05 Control of Work and replaced pursuant to Section 1-05.8 "Owner's Right to the Contractor shall pursue vigorously, diligently and Correct Defective and Unauthorized Work." without unauthorized interruption, the Work necessary to The Contractor agrees the above one year limitation reach Substantial and Physical Completion. The shall not exclude or diminish the Contracting Agency's Contractor shall provide the Engineer with a revised rights under any law to obtain damages and recover costs schedule indicating when the Contractor expects to reach resulting from defective and unauthorized work discovered substantial and physical completion of the work. after one year but prior to the expiration of the legal time The above process shall be repeated until the Engineer period set forth in RCW 4.16.040 limiting actions upon a establishes the Substantial Completion Date and the contract in writing,or liability expressed or implied arising Contractor considers the work physically complete and out of a written agreement. ready for Final Inspection. The Contractor shall warrant good title to all 1-05.11(2) Final Inspection Date(APWA) materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this When the Contractor considers the Work physically paragraph, however, shall defeat or impair the right of complete and ready for Final Inspection, the Contractor by persons furnishing materials or labor,to recover under any Written Notice, shall request the Engineer to schedule a bond given by the Contractor for their protection, or any final inspection. The Engineer will set a date for Final rights under any law permitting such persons to look to Inspection. The Engineer and the Contractor will then funds due the Contractor in the hands of the Contracting make a Final Inspection and the Engineer will notify the Agency. Contractor in writing of all particulars in which the Final The provisions of this paragraph shall be inserted in Inspection reveals the Work incomplete or unacceptable. all subcontracts and material contracts, and notice of its The Contractor shall immediately take such corrective provisions shall be given to all persons furnishing materials measures as are necessary to remedy the listed deficiencies. for the Work when no formal contract is entered into for Corrective work shall be pursued vigorously, diligently, such materials. and without interruption until physical completion of the listed deficiencies. This process will continue until the SECTION 1-05.11 IS DELETED AND THE FIRST TWO Engineer is satisfied the listed deficiencies have been SENTENCES OF THE FOURTH PARAGRAPH OF corrected. SECTION 1-08.9 IS DELETED AND REPLACED BY If action to correct the listed deficiencies is not THE FOLLOWING: initiated within 7 days after receipt of the Written Notice 4 listing the deficiencies, the Engineer may, upon Written 1-05.11 Final Inspection (APWA) Notice to the Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. 1-05.11(1) Substantial Completion Date(APWA) Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in When the Contractor considers the work to be writing, of the date upon which the Work was considered substantially complete, the Contractor shall so notify the physically complete. That date shall constitute the Physical Engineer and request the Engineer establish the completion date of the Contract, but shall not imply all the Substantial Completion Date. To be considered obligations of the Contractor under the Contract have been substantially complete the following conditions must be fulfilled. met: 1. The Contracting Agency must have full and 1-05.11(3) Operational Testing(APWA) unrestricted use and benefit of the facilities, both It is the intent of the Contracting Agency to have at the from the operational and safety standpoint. 2. Only minor incidental work, replacement of Completion Date a complete and operable system. Therefore when the temporary substitute facilities, or correction or Work involves the installation of pair work remains to reach physical completion machinery or other mechanical equipment; street lighting, repair the work. electrical distribution or signal systems; buildings; or other The Contractor's request shall list the specific items of similar work it may be desirable for the Engineer to have work in subparagraph two above that remains to be the Contractor operate and test the Work for a period of completed in order to reach physical completion. The time after final inspection but prior to the Physical Engineer may also establish the Substantial Completion Completion Date. Whenever items of work are listed in the Date unilaterally. Contract Provisions for operational testing they shall be If, after this inspection, the Engineer concurs with the fully tested under operating conditions for the time period Contractor that the Work is substantially complete and specified to ensure their acceptability prior to the Physical ready for its intended use, the Engineer, by written notice Completion Date. During and following the test period, the to the Contractor, will set the Substantial Completion Date. Contractor shall correct any items of workmanship, If, after this inspection the Engineer does not consider the materials, or equipment which proves faulty, or that are not in Work substantially complete and ready for its intended use, first class operating condition. Equipment, electrical the Engineer will, by written notice, so notify the controls, meters, or other devices and equipment to be Contractor giving the reasons therefor. tested during this period, shall be tested under the Upon receipt a written notice concurring in or observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they denying substantial completion, whichever is applicable, were installed. The Physical Completion Date cannot be Pugc-SP-7 Revision Date: 05/3 1/95 (03:33 PM) 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public established until testing and corrections have been completed to the satisfaction of the Engineer. 1-05.17 Oral Agreements(APWA) The costs for power,gas,labor,material,supplies,and everything else needed to successfully complete operational No oral agreement or conversation with any officer, testing, shall be, included in the various contract prices agent,or employee of the Contracting Agency,either before related to the system being tested, unless specifically set or after execution of the contract,shall affect or modify any forth otherwise in the Bid Form. of the terms or obligations contained in any of the Operational and test periods, when required by the documents comprising the contract. Such oral agreement Engineer, shall not affect a manufacturer's guaranties or or conversation shall be considered as unofficial warranties furnished under the terms of the Contract. information and in no way binding upon the Contracting Agency,unless subsequently put in writing. SECTION 1-05.12 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-06 Control of Material 1-05.12 Final Acceptance(APWA) The Contractor must perform all the obligations under SECTION 1-06.01(2) IS SUPPLEMENTED BY ADDING the Contract before the Completion Date can be THEFOLLOWING: established. A Certificate of Completion for the Work 1-06.2(2) Statistical Evaluation of Materials for issued by the Contracting Agency will establish the Completion Date and certify the Work as complete. The Acceptance UNLESS STATED OTHERWISE IN THE SPECIAL Final Contract Price may then be calculated.The following PROVISIONS STATISTICAL EVALUATION WILL NOT must occur before the Completion Date can be established and the Final Contract Price calculated: BE USED BY THE CITY OF RENTON. 1. The physical work on the project must be SECTION 1-06.5 IS REVISED AS FOLLOWS: complete. 2. The Contractor must furnish all documentation 1-06.5 Foreign-Made Materials(SA) required by the Contract and required by law, necessary to allow the Contracting Agency to certify the Contract as complete. A Certificate of Completion for the Work, signed by eeFtified statement-te eemply with C ei 39.25 RGW:his the Contracting Agency, will constitute acceptance of the statement must set f fth the nature and setifee of the "hate''"'" Work. The issuance of this Certificate of Completion will The r,... Faeter shall delve' this statement te the DepailmeFA not constitute acceptance of unauthorized or defective work efG "'h "drain`lit'"`'" Diyisien of PuFeh.asin, Room 216 or material. Gefleral—Admiftt.SitiniOR BU`ldiRg, Olympia; Failure of the Contractor to perform all of the 98504. The Gentra shall give a eepy of the `'lie nt We Contractor's obligations under the Contract shall not bar the zr• the Contracting Agency from unilaterally certifying the Vacant. Contract complete so the Engineer may calculate a Final Contract Price as provided in Section 1-09.9. 1-07 Legal Relations and Responsibilities SECTION 1-05.13 IS SUPPLEMENTED BY REVISING to the Public PARAGRAPH 7 TO READ: SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-05.13 Superintendents,Labor,and Equipment of FOLLOWING: Contractor(APWA) Whenever the Contracting Agency evaluates the 1-07.1 Laws to be Observed (APWA) Contractor's pFequalification pursuant to Section 1-02.1, the The Contractor shall indemnify, defend, and save Contracting Agency will take these performance uncle aru, 47.28.070,:...,:n take.h.e"e reports into account. harmless the Contracting Agency (including any agents, officers, and employees) against any claims that may arise SECTION 1-05 IS SUPPLEMENTED BY ADDING THE because the Contractor(or any employee of the Contractor FOLLOWING NEWSECTIONS. or subcontractor or materialman) violated a legal requirement. 1-05.16 Water and Power(APWA) In cases of conflict between different safety The Contractor shall make necessary arrangements, regulations,the more stringent regulation shall apply. and shall bear the costs for power and water necessary for The Washington State Department of Labor and the performance of the Work. Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). Page-SP-8 Revision Date: 05/31/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public The Contractor shall maintain at the Project Site includes storm or combined sewer systems within and office, or other well known place at the Project Site, all included as a part of the street or road drainage system and articles necessary for providing first aid to the injured.The power lines when such are part of the roadway lighting Contractor shall establish, publish, and make known to all system. For work performed in such cases, the Contractor employees,procedures for ensuring immediate removal to a shall include Washington State Retail Sales Taxes in the hospital, or doctor's care, persons, including employees, various unit Bid Item prices, or other contract amounts, who may have been injured on the Project Site. Employees including those that the Contractor pays on the purchase of should not be permitted to work on the Project Site before the materials, equipment, or supplies used or consumed in the Contractor has established and made known doing the work. procedures for removal of injured persons to a hospital or a doctor's care. 1-07.2(3) State Sales Tax-Rule 170(APWA) The Contractor shall have sole responsibility for the WAC 458-20-170, and its related rules, apply to the safety, efficiency, and adequacy of the Contractor's plant, constructing and repairing of new or existing buildings, or appliances, and methods, and for any damage or injury other structures, upon real property. This includes, but is resulting from their failure, or improper maintenance, use, not limited to, the construction of streets, roads, highways, or operation.The Contractor shall be solely and completely etc., owned by the State of.Washington; water mains and responsible for the conditions of the Project Site, including their appurtenances; sanitary sewers and sewage disposal safety for all persons and property in the performance of systems unless such sewers and disposal systems are within, the work. This requirement shall apply continuously, and and a part of, a street or road drainage system; telephone, not be limited to normal working hours. The required or telegraph, electrical power distribution lines, or other implied duty of the Engineer to conduct construction conduits or lines in or above streets or roads, unless such review of the Contractor's performance does not, and shall power lines become a part of a street or road lighting not, be intended to include review and adequacy of the system;and installing or attaching of any article of tangible Contractor's safety measures in, on, or near the Project personal property in or to real property, whether or not Site. such personal property becomes a part of the realty by virtue of installation. SECTION 1-07.2 IS DELETED AND REPLACED BY THE For work performed in such cases, the Contractor FOLLOWING: shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will 1-07.2 State Sales Tax (APWA) automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not 1-07.2(1) GENERAL(APWA) include the retail sales tax in the unit Bid Item prices,or in The Washington State Department of Revenue has any other contract amount subject to Rule 170, with the issued special rules on the state sales tax. Sections 1-07.2(1) following exception. through 1-07.2(4) are meant to clarify those rules. The Exception: The Contracting Agency will not add in Contractor should contact the Washington State sales tax for a payment the Contractor or a subcontractor Department of Revenue for answers to questions in this makes on the purchase or rental of tools, machinery, area. The Contracting Agency will not adjust its payment equipment, or consumable supplies not integrated into the if the Contractor bases a bid on a misunderstood tax project. Such sales taxes shall be included in the unit Bid liability. Item prices or in any other contract amount. The Contractor shall include all Contractor-paid taxes 1-07.2(4) Services (APWA) in the unit bid prices or other contract amounts. In some The Contractor shall not collect retail sales tax from cases, however, state retail sales tax will not be included. Section 1-07.2(3)describes this exception. the Contracting Agency on any contract wholly for The Contracting Agency will pay the retained Professional or other services (as defined in State percentage only if the Contractor has obtained from the Department of Revenue Rules 138 and 224). Washington State Department of Revenue a certificate SECTION 1-07.3(2) IS SUPPLEMENTED 111ITH THE showing that all contract-related taxes have been paid FOLLOWING: (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the 1-07.3(2) Merchantable Timber Requirements Contractor may owe the Washington State Department of (SA) Revenue, whether the amount owed relates to this contract No person may export from the United States, or sell, or not. Any amount so deducted will be paid into the trade, exchange, or otherwise convey to any other person proper State fund. for the purpose of export from the United States, timber 1-07.2(2) State Sales Tax- Rule 171(APWA) originating from the project. NVAC 458-20-171, and its related rules, apply to The Contractor shall comply with the Forest building, repairing, or improving streets, roads,etc., which Resources Conservation and Shortage Relief Amendments are owned by a municipal corporation, or political Act of 1993, (Public Law 10345), and the Washington subdivision of the state, or by the United States, and which State Log Export Regulations,(WAC 240-I5). are used primarily for foot or vehicular traffic. This Page-Sp-9 Revision Date: 05/3 1/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public THE FIRST SENTENCE OF SECTION 1-07.5(1) IS to their race, color, religion, sex, or national origin, age, or REVISED AS FOLLOWS: disability, and to promote the full realization of equal employment opportunity through a positive continuing 1-07.5(1) General(SA) program: Throughout the work,the Contractor shall comply with all It is the policy of this Company to ensure that applicants State Departments of Fish and Wildlife,and Ecology.` i are employed, and that employees are treated during ef,,,Fishef� employment, without regard to their race, religion, sex, color, or national origin, age, or disability. Such action shall SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING include: employment, upgrading, demotion, or transfer; THE TITLE AND SENTENCE 2, PARAGRAPH 2 TO recruitment or compensation; and selection for training, READ: including apprenticeship, preapprenticeship, and/or on-the job• 1-07.5(2) State Department of Fish and Wildlifes training. f3A'ildlife and Fish..,.(APWA,SA) ITEM 3 OF SECTION 1-07.11(4)A IS REVISED AS If the work in (1) through (3) above differs little from FOLLOWS. what the contract requires, the Contracting Agency will measure and pay for it at unit contract prices. But if contract 1-07.11(4)A Supervisory Personnel(SA) items do not cover those areas, the Contracting Agency will 3. Internal EEO Procedures - All personnel who are pay pursuant to Section 1-09.4.by agFeed pfiee of by fbree- engaged in direct recruitment for the project shall be instructed in (4) through (9) above will be ineidental to by the EEO Officer or appropriate company official in the eefitfaet pay items-. Contractor's procedures for locating and hiring minority group VACANT SECTION 1-07.8 AS BEEN SUPPLEMENTED and female employees. BYADDING THE FOLLOWING NEW SECTION: PARAGRAPH ONE OF SECTION 1-07.11(4)B IS REVISED AS FOLLOWS. 1-07.8 High Visibility Apparel(SA) The Contractor shall require all personnel at the work 1-07.11(4)B Employees,Applicants,and Potential site under their control (including subcontractors and Employees(SA) lower tier subcontractors)to comply with the following: In order to make the Contractor's equal employment 1. To wear reflective vests, except that during opportunity policy known to all employees, prospective daylight hours, orange clothing equivalent to employees, and potential sources of employees, e.g. schools, "Ten Mile Cloth" or hunter orange may be worn employment agencies, labor unions (where appropriate), in lieu of reflective vests, college placement officers, community organizations, etc., 2. To wear white coveralls at night, the Contractor shall take the following actions: 3. Whenever rain gear is worn during hours of PARAGRAPH ONE AND TWO OF SECTION 1-07.11(7)A darkness,it shall be white or yellow,and IS REVISED AS FOLLOWS. 4. The reflective vests shall always be the outermost garment. Exceptions to these requirements are: (1) when 1-07.11(7)A Special Training Provisions(SA) personnel are out of view of and not exposed to traffic, The number of trainees to be trained and the number of (2)when personnel are inside a vehicle,or(3)where it training hours for the contract will be specified in the is obvious that such apparel is not needed for the Special Provisions. The number of training hours to be employees safety from traffic. performed will also be specified under the bid item Training. Reflective vests shall have a minimum of 100 square The Contractor will be credited for each approved trainee inches of reflective surface distributed 30 percent on the employed on the contract work who is currently enrolled or becomes enrolled in a BAT/SATC approved program (Section front and 70 perrcent on the back. The retroreflection value 1-07.11(7)C) and will be reimbursed for such trainees as at an entrance angle of 4 degrees and an observation angle provided hereinafter. of 0.2 degrees shall be a minimum 500 candle power for the reflective surface of the vest. PARAGRAPHS ONE AND THREE OF SECTION 1- Reflective vests, hard hats, white coveralls, rain gear, 07.11(7)C IS REVISED AS FOLLOWS: and other apparel shall be furnished and maintained in a neat, clean, and presentable cc ndition at no expense to the 1-07.11(7)C Acceptable Training Programs(SA) Contracting Agency. 1. Apprentices registered with a Washington State Department of Labor State Apprenticeship SECTION 1-07.11(1)HAS BEEN REVISED ASFOLLOWS: Training Council (SATC) approved apprenticeship 1-07.11(2) Equal Employment Opportunity agreement. Policy(SA) 3. Trainees participating in a non BAT/SATC program The Contractor shall accept as an operating policy the approved by the FHWA/WSDOT for the specific project. following statement which is designed to further the provision of equal employment opportunity to all persons without regard Page-SP-10 Revision Date: 05/31/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public PARAGRAPH ONE OF SECTION 1-07.11(7)D IS THE FIRST PARAGRAPH OF SECTION 1-07.11(10)B REVISED AS FOLLOWS. HAS BEEN REVISED AS FOLLOWS: 1-07.11(7)D Training Program Approval(SA) 1-07.11(10)B Required Records and Retention(SA) 1. Other Than Apprenticeship Trades — On Federal-aid contracts only, the Contractors who are not affiliated with a program Contractor/Subcontractor shall submit to the Project Engineer a approved by BAT er jATti BAT or SATC can completed PR 1391 by August 25. The report must reflect have their training program approved provided the Contractor/Subcontractor's total employment on all that the program is submitted for approval on Federal-Aid highway projects with the Contracting Agency DOT Form 272-049, and the following standards as of July 31st. The staffing figures to be reported should are satisfactorily addressed and incorporated in represent the project work force on board in all or any part the Contractor's program: of the last payroll period preceding the end of July. For 5. If a trainee is participating in a i"TorrTCARATr multi-year projects, a report is required to be submitted SATC/BAT approved apprenticeship program, a each year throughout the duration of the contract. copy of the certificate showing apprenticeship SECTION 1-07.13(1)IS REVISED AND SUPPLEMENTED registration must accompany the first invoice on AS FOLLOWS. which the individual appears. SECTION 1-07.11(8) IS SUPPLEMENTED BY REVISING 1-07.13(1) General (RC) THE PHRASE, "SEX, OR NATIONAL ORIGIN" TO "SEX,NATIONAL ORIGIN,AGE, OR DISABILITY." SECTION 1-07.11(9) HAS BEEN DELETED AND ei:k eecuFFing bef" completionand shall beaF all the REPLACED BY: by— (a) aets-o'er—sueh as earthquake, fleads OF ^*h�• 1-07.11(9) Subcontracting,Procurement of Materials,and Leasing of Equipment (SA) , Nondiscrimination - The Contractor shall not that this exeeptien shall not apply should damages Fesult £ell' discriminate on the grounds of race, color, religion, the r"""""ter's fail t ;ake Feasonable pFecautions OF t sex, national origin, age, or disability in the selection and .retention of subcontractors, including eend ng the WOFIE• procurement of materials and leases of equipment. The work shall be under the contractor's responsible care and charge. The contractor shall bear all loss and Solicitation and Utilization - The Contractor shall use damage whatsoever and from whatsoever cause,except that their best effort to solicit bids from , and to utilize, caused solely by the act of the Contracting Agency which disadvantaged, minority, and women subcontractors, may occur on or to the work during the fulfillment of the or subcontractors with meaningful minority and contract. women representation among their employees. If any such loss or damage occurs,the contractor shall immediately make good any such loss or damage, and in Subcontractor EEO Obligations-The Contractor shall the event of the contractor refusing or neglecting to do so, notify all potential subcontractors and suppliers of the the Contracting Agency may,itself or by the employment of EEO obligations required by the contract. The some other person, make good any such loss or damage, Contractor shall use their efforts to ensure and the cost and expense of so doing shall be charged to the subcontractors compliance with their equal contractor. employment opportunity obligations. During unfavorable weather and other conditions, the contractor shall pursue only such portions of the work as shall not be damaged thereby. ITEM 4 OF SECTION 1-07.11(10)A HAS BEEN REVISED No portion of the work whose satisfactory quality or AS FOLLOWS: efficiency will be affected by unfavorable conditions shall 1-07.11(10)A General(SA) be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer,the 4. Subcontracting - The progress and efforts being contractor shall be able to overcome them. made in securing the services of disadvantaged, minority, and women subcontractors, or SECTION 1-07.73(4)IS REVISED AND SUPPLEMENTED subcontractors with meaningful minority and female AS FOLLOWS: representation among their employees. 1-07.13(4) Repair of Damage(SA) The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(2) or 1- Page-SP-I I Revision Date: 05/31/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public 07.13(3), payment will be made in accordance with Section I- basins, overflow weir, polymer water treatment, 09.4 using the estimated bid item "Reimbursement for discharging to ground surface, by percolation, Third Party Damage."! 04.4. Payment will be limited to evaporation or by passing through gravel,sand or repair of damaged work only. No payment will be made for fiber filters. delay or disruption to work. For the purpose of providing a 2. Erosion Control: Temporary erosion control shall common proposal for all bidders, the Contracting agency be exercised by minimizing exposed areas and has entered an amount for "Reimbursement for Third slopes until permanent measures are effective.The Party Damage" in the proposal to become a part of the minimum exposed area and slopes will be defined total bid by the Contractor. in the Special Provisions. Plastic sheet covering SECTION 1-07.14 IS SUPPLEMENTED BY REVISING shall be placed over exposed ground areas to protect from rain erosion. Other alternative ALL REFERENCES TO "STATE, COMMISSION, methods for erosion control under certain SECRETARY" OR "STATE" TO READ situations may include netting, mulching with "CONTRACTING AGENCY. binder,and seeding. SECTION 1-07.15 IS REVISED AND SUPPLEMENTED Should rutting and erosion occur the AS FOLLOWS: Contractor shall be responsible for restoring damaged areas and for clean-up of eroded 1-07.15 Temporary Water Pollution Erosion Control material including that in ditches, catch basins, (APWA,RC) manholes,and culverts and other pipes. 3. Chlorine Residual: Water containing chlorine If done according to the approved plan or the Engineer's residual shall not be discharged directly into orders, temporary water pollution/erosion control work will be storm drains, streams, or State waters. Chlorine measured and paid for pursuant to Section 1-09.41-04.1 water may be discharged into sanitary sewers or through the lump sum item for "Temporary Water disposed on land for perculation. Chlorine Pollution/Erosion Control.: residual may be reduced chemically with a If no pay item appears in the contract for "Temporary reducing agent such as sodium thiosulphate. Water Pollution/Erosion Control" then all labor, materials, Water shall be periodically tested for chlorine tools and equipment used to complete the work shall be residual. considered incidental to other pay items in the Contract 4. Vehicle and Equipment Washing: Water used for and no further compensation shall be made. washing vehicles and equipment shall not be In addition to other requirements in the Contract allowed to enter storm drains, streams or other Documents this temporary work shall include, but is not State waters unless separation of petroleum limited to,the following water quality considerations: products, fresh concrete products or other 1. Turbid Water Treatment Before Discharge: deleterious material is accomplished prior to Determination of turbidity in surface waters shall discharge. Detergent solution may be discharged be at the discretion of the Engineer; for Lake into sanitary sewers or allowed to be held on the Class Receiving Waters,turbidity shall not exceed ground for percolation.A recirculation system for 5 NTU (Nephelometric Turbidity Units) over detergent washing is recommended. Steam background conditions; for Class AA and Class A cleaning units shall provide a device for oil Waters, turbidity shall not exceed 5 NTU over separation. background turbidity when the background 5. Oil and Chemical Storage and Handling: turbidity is 50 NTU or less, or have more than a Handling and storage of oil and chemicals shall 10 percent increase in turbidity when the not take place adjacent to waterways.The storage background turbidity is more than 50 NTU; for shall be made in dike tanks and barrels with drip other classes of waters, refer to WAC 173-201- pans provided under the dispensing area.Shut-off 045. and lock valves shall be provided on tanks. Shut- The term turbidity means the optical off nozzles shall be provided on hoses. Oil and property of sample demonstrating the scattering chemicals shall be dispensed only during daylight and absorption of light caused by suspended hours unless the dispensing area is properly material as expressed in Nephelometric Turbidity lighted. Disposal of waste shall not be allowed on Units and measured with a calibrated oil and chemical spills. Fencing shall be provided turbidimeter. around oil storage. Locks shall be provided on Discharges to a State waterway caused by valves,pumps,and tanks. aggregate washing, drainage from aggregate pit 6. Sewage: If a sanitary sewer line is encountered sites, and stockpiles or dewatering of pits and and repair or relocation work is required, the excavations shall not increase the existing Contractor shall provide blocking and sealing of turbidity of the receiving waters. the sanitary sewer line. Sanitary sewer now shall Turbid water from the Project Site shall be be pumped out, collected, and hauled by tank treated before being discharged into stream or truck or pumped directly to a sanitary system other State waters. Turbidity may be removed by manhole for discharge. The existing sewers shall the use of lagoons or holding ponds, settling be maintained by the Contractor without Page-SP-12 Revision Date: 05/31/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public interruption of service by the use of temporary All shrubbery or-trees destroyed or damaged, shall be sewer bypasses. In addition, the excavated replaced by the contractor with material of equal quality materials adjacent to and around a rupture of a at no additional cost to the Contracting Agency. In the sanitary sewer line shall be removed from the event that it is necessary to trench through any lawn Project Site and deposited into refuse trucks for area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The haul to a sanitary fill site. Equipment and tools in lawn area shall be cleaned by sweeping or other means, of contact with the above materials shall be washed all earth and debris. by pressure water lines and the attendant wash The contractor shall use rubber wheel equipment similar water discharged into a sanitary sewer line for to the small tractor-type backhoes used by side sewer transmission to a sewage treatment plant. contractors for all work, including excavation and backfill, on easements or rights-of- way which have lawn areas. All fences, markers, mail boxes, or other 1-07.16 Protection and Restoration of Property temporary obstacles shall be removed by the contractor and immediately replace, after the trench is SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING backfilled, in their original position. The contractor THE FOLLOWING: shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on 1-07.16(1) Private/Public Property(RC) easements or rights-of-way. The Contracting Agency will obtain all easements and Damage to existing structures outside of easement areas franchises required for the project. The contractor shall that may result from dewatering and/or other construction activity under this contract shall be restored limit his operation to the areas obtained and shall not to their original condition or better. The original trespass on private property. condition shall be established by photographs taken The Contracting Agency may provide certain lands,as and/or inspection made prior to construction. All such indicated in connection with the work under the contract work shall be done to the satisfaction of the property together with the right of access to such lands. The Owners and the Contracting Agency at the expense of contractor shall not unreasonably encumber the premises the contractor. with his equipment or materials. D. Street . The contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) The contractor shall provide, with no liability to the used by him if damaged. Contracting Agency,any additional land and access thereto In the event the contractor does not have labor or not shown or described that may be required for temporary material immediately available to make necessary repairs, construction facilities or storage of materials. He shall the contractor shall so inform the Contracting Agency. construct all access roads, detour roads, or other The Contracting Agency will make the necessary repairs temporary work as required by his operations. The and the cost of such repairs shall be paid by the contractor shall confine his equipment, storage of material, contractor. and operation of his workers to those areas shown and The contractor is responsible for identifying and described and such additional areas as he may provide. documenting any damage that is pre-existing or caused by A. General. All construction work under this contract on others. easements, right-of-way, over private property or Restoration of excavation in City streets shall be done franchise, shall be confined to the limits of such in accordance -,with the City of Renton Trench easements, right-of-way or franchise. All work shall be accomplished so as to cause the least amount of Restoration Requirements, which is available at the disturbance and a minimum amount of damage. The Public Works Department Customer Services counter contractor shall schedule his work so that trenches across on the 4th floor, Renton Municipal Building, 200 Mill easements shall not be left open during weekends or Avenue South. holidays and trenches shall not be open for more than 48 hours. B. Structures. The contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures which may be damaged as a result of the work under this contract. C. Easements. Cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of- way, the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. Pugs'-SP-13 Revision Date: 05.'31/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public SECTION 1-07.171SSUPPLEMENTED BYADDING: consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may 1-07.17 Utilities and Similar Facilities(APWA,RC) arise from any act or omission of the Contractor or the In addition to the other requirements pursuant to subcontractor,or by anyone directly or indirectly employed RCW 19.122, an act relating to underground utilities and by either of them. prescribing penalties,the Contractor shall: If warranted work is required the Contractor shall 1. call the utilities underground location center for provide the City proof that insurance coverage and limits field location of the utilities; established under the term of the Contract for work are in full force and effect during the period of warranty work. Call Before You Dig The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy The 48 Hour Locators effecting coverage(s) required on the contract prior to the date work commences.Failure of the Contractor to fully 1-800-424-5555 comply during the term of the Contract with the and requirements described herin will be considered a material 2. not begin excavation until all known underground breach of contract and shall be caused for immediate facilities in the vicinity of the proposed excavation termination of the Contract at the option of the have been located and marked. Contracting Agency. Location and dimensions shown on the Plans for SECTION 1-07.18(2) IS REPLACED WITH THE existing facilities are in accordance with available FOLLOWING: information without uncovering, measuring, or other verification. If a utility is known or suspected of having 1-07.18(2) Coverages(RC) underground facilities within the area of the proposed excavation, and that utility is not a subscriber to the As part of the response to this proposal, the utilities underground location center then the Contractor Contractor shall submit a completed City of Renton shall give individual notice to that utility. Insurance Information form which details specific coverage If, in the prosecution of the work,it becomes necessary and limits for this contract. to interrupt existing surface drainage,sewers, underdrains, All coverage provided by the Contractor shall be in a conduit, utilities, similar underground structures, or parts form and underwritten by a company acceptable to the thereof, the contractor shall be responsible for, and shall Contracting Agency. The City requires that all insurers: take all necessary precautions to protect and provide 1) Be licensed to do business within the State of temporary services for same. Washington. The contractor shall, at his own expense, repair all damage to such facilities or structures due to this 2) Coverage to be on an "occurrence" basis construction operation to the satisfaction of the City;except (Professional Liability and Pollution coverage are for City owned facilities which will be repaired by the acceptable when written on a claims-made basis). The City may also require proof of professional utility department at contractor's expense, or by the contractor as directed by the City. liability coverage be provided for up to two (2) years after the completion of the project. SECTION 1-07.18 IS DELETED AND REPLACED BY THE FOLLOWING: 3) The City may request a copy of the actual declaration page(s) for each insurance policy 1-07.18 Public Liability and Property Damage affecting coverage(s) required by the Contract prior to the date work commences. Insurance(RC) 4) Possess a minimum A.M. Best rating of AVII (A SECTION 1-07.18(1) IS REPLACED WITH THE rating of A XII or better is preferred.) If any FOLLOWING: insurance carrier possesses a rating of less than AVII,the City may make an exception. 1-07.18(1) General(RC) The City reserves the right to approve the security of The contractor shall obtain and maintain in full force the insurance coverage provided by the insurance and effect, from the Contract Execution Date to the company(ies), terms, conditions, and the Certificate of Completion Date, public liability and property damage Insurance. Failure of the Contractor to fully comply insurance with an insurance company(ies) or through during the term of the contract with these requirements sources approved by the State Insurance Commissioner will be considered a material breach of contract and shall pursuant to RCW 48. be cause for immediate termination of the contract at the The Contractor shall not begin work under the option of the City. Contract until the required insurance has been obtained The Contractor shall obtain and maintain the and approved by the Contracting Agency. Insurance shall minimum insurance coverage set forth below. By requiring provide coverage to the Contractor, all subcontractors, such minimum insurance, the City of Renton shall not be Contracting Agency and the Contracting Agency's Page-SP-14 Revision Date: 05/31/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public deemed or construed to have assessed the risks that may be 1) Be on a.primary basis not contributory with any applicable to the Contractor. The Contractor shall assess other insurance coverage and/or self-insurance its own risks and if it deems appropriate and/or prudent, carried by CITY OF RENTON. maintain higher limits and/or broader coverage. 2) Include a Waiver of Subrogation Clause. Coverage shall include: 3) Severability of Interest Clause(Cross Liability) (1) Commercial General Liability- ISO 1993 Form or 4) Policy may not be non-renewed, canceled or equivalent. Coverage will be witten on an materially changed or altered unless forty-five occurrence basis and include: (45)days prior written notice is provided to CITY OF RENTON. Notification shall be provided to • Premises and Operations (including CG2503; CITY OF RENTON by certified mail. General Aggregate to apply per project, if applicable). REPLACE SUPPLEMENTAL SPECIFICATION SECTION • Explosion, Collapse and Underground 1-07.18(3) 'LIMITS'WITH THE FOLLOWING: Hazards • Products/Completed Operations 1-07.18(3) Limits(RC) • Contractual Liability (including Amendatory LIMITS REQUIRED .Endorsement CG 0043 or equivalent which Providing coverage in these stated amounts shall not includes defense coverage assumed under be construed to relieve the contractor from liability in contract) excess of such limits. The CONTRACTOR shall carry the • Broad Form Property Damage following limits of liability as required below: • Independent Contractors COMMERCIAL GENERAL LIABILITY • Personal/Advertising Injury General Aggregate* $2,000,000** • Stop Gap Liability (2) Automobile Liability including all Products/Completed Operations $2,000,000** Aggregate • Owned Vehicles Each Occurrence Limit $1,000,000 • Non-Owned Vehicles • Hired Vehicles Personal/Advertising Injury $1,000,000 (3) Workers'Compensation Fire Damage(Any One Fire) $50,000 • Statutory Benefits (Coverage A) - Show Medical Payments(Any One Person) $5,000 Washington Labor&Industries Number Stop Gap Liability $1,000,000 (4) Umbrella Liability(when necessary) * General Aggregate to apply per project • Excess of Commercial General Liability and (ISO Form CG2503 or equivalent) Automobile Liability. Coverage should be as **Amount may vary based on project risk broad as primary. Automobile Liability (5) Professional Liability - (whenever the work Bodily Injury/Property Damage $1,000,000 under this Contract includes Professional (Each Accident) Liability, (i.e.architectural, engineering, advertising, or computer programmin-` p / tutors Compensation CONTRACTOR shall mainta�- tutory Benefits-Coverage A Variable liability covering wrongful ace )w Washington Labor and Industries Number) omissions of the CONTRACTI rella Liability sustained by reason of or in Occurrence Limit $1,000,000 operations under this Contract. I Aggregate Limit $1,000,000 (6) The Contracting Agency reserves / request and/or require additional c t(// �,S` -/Completed Operations $1,000,000 may be appropriate based (/ e performed(i.e. pollution liability). 11 Liability(If required) CONTRACTOR shall Name CITY OF RENT 1�� -rence/Incident/Claim $1,000,000 its officers, officials, agents, employees and volun. aggregate $2,000,000 Additional Insured (ISO Form CG 2010 or equip The CONTRACTOR shall provide CITY OF REN CON Certificates of Insurancei prior to commencement of work. The City may require the CONTRACTOR to keep The City reserves the right to request copies of insurance professional liability coverage in effect for up to two (2) policies, if at their sole discretion it is deemed appropriate. years after completion of the project. Further,all policies of insurance described above shall: The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, . Page-SP-1 S Revision Date: 05/31/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public deemed or construed to have assessed the risks that may be 1) Be on a.primary basis not contributory with any applicable to the Contractor. The Contractor shall assess other insurance coverage and/or self-insurance its own risks and if it deems appropriate and/or prudent, carried by CITY OF RENTON. maintain higher limits and/or broader coverage. 2) Include a Waiver of Subrogation Clause. Coverage shall include: 3) Severability of Interest Clause(Cross Liability) (1) Commercial General Liability- ISO 1993 Form or 4) Policy may not be non-renewed, canceled or equivalent. Coverage will be witten on an materially changed or altered unless forty-five occurrence basis and include: (45)days prior written notice is provided to CITY OF RENTON. Notification shall be provided to • Premises and Operations (including CG2503; CITY OF RENTON by certified mail. General Aggregate to apply per project, if applicable). REPLACE SUPPLEMENTAL SPECIFICATION SECTION • Explosion, Collapse and Underground 1-07.18(3) 'LIMITS'WITH THE FOLLOWING: Hazards • Products/Completed Operations 1-07.18(3) Limits (RC) • Contractual Liability (including Amendatory LIMITS REQUIRED Endorsement CG 0043 or equivalent which Providing coverage in these stated amounts shall not includes defense coverage assumed under be construed to relieve the contractor from liability in contract) excess of such limits. The CONTRACTOR shall carry the • Broad Form Property Damage following limits of liability as required below: • Independent Contractors COMMERCIAL GENERAL LIABILITY • Personal/Advertising Injury General Aggregate* $2,000,000** • Stop Gap Liability Products/Completed Operations $2,000,000** (2) Automobile Liability including all Aggregate • Owned Vehicles Each Occurrence Limit $1,000,000 • Non-Owned Vehicles • Hired Vehicles Personal/Advertising Injury $110001000 (3) Workers'Compensation Fire Damage(Any One Fire) $50,000 • Statutory Benefits (Coverage A) - Show Medical Payments(Any One Person) $5,000 Washington Labor&Industries Number Stop Gap Liability $1,000,000 (4) Umbrella Liability(when necessary) * General Aggregate to apply per project • Excess of Commercial General Liability and (ISO Form CG2503 or equivalent) Automobile Liability. Coverage should be as **Amount may vary based on project risk broad as primary. Automobile Liability (5) Professional Liability - (whenever the work Bodily Injury/Property Damage $1,000,000 under this Contract includes Professional (Each Accident) Liability, (i.e.architectural, engineering, advertising, or computer programming) the Workers Compensation Statutory Benefits CONTRACTOR shall maintain professional -Coverage A Variable liability covering wrongful acts, errors and/or (Show Washington Labor and Industries Number) omissions of the CONTRACTOR for damage Umbrella Liability sustained by reason of or in the course of Each Occurrence Limit $1,000,000 operations under this Contract. General Aggregate Limit $1,000,000 (6) The Contracting Agency reserves the right to request and/or require additional coverages as Products/Completed Operations $1,000,000 may be appropriate based on work Aggregate performed(i.e.pollution liability). Professional Liability.(If required) CONTRACTOR shall Name CITY OF RENTON, and Each Occurrence/Incident/Claim $1,000,000 its officers, officials, agents, employees and volunteers as Aggregate $2,000,000 Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance; prior to commencement of work. The City may require the CONTRACTOR to keep The City reserves the right to request copies of insurance professional liability coverage in effect for up to two (2) policies, if at their sole discretion it is deemed appropriate. years after completion of the project. Further,all policies of insurance described above shall: The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, Page-SP-1 S Revision Date: 05/31/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public the CONTRACTOR will reinstate the aggregate to comply and such local laws,rules and regulations that may apply. with the minimum limits and requirements as stated in The individual in charge of the blasting shall have a Section 1-07.18(3) and shall furnish the CITY OF current Washington State Blaster Users License. RENTON a new Certificate of Insurance showing such The Contractor shall obtain,comply with,and pay for coverage is in force: such permits and costs as are necessary in conjunction with SECTION 1-07.18(4) IS REPLACED WITH THE blasting operations. FOLLOWING SUPPLEMENTAL SPECIFICATION When the use of explosives is necessary for the EVIDENCE OFINSURANCE': prosecution of the Work, the Contractor's insurance shall Within 20 days of award of the contract .the contain a special clause permitting the blasting. CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the 1-07.23 Traffic Control following: 1) City of Renton Insurance Information Form SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING (attached herein)without modification. THE FOLLOWING TO PARA GRAPH 3: 2) Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in 1-07.23(1) Public Convenience and Safety(RC) Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3). as 5. The contractor shall be responsible for controlling revised above. Other requirements are as follows: dust and mud within the project limits and on any a. Strike the following or similar wording: street which is utilized by his equipment for the "This Certificate is issued as a matter of duration of the project. The contractor shall be information only and confers no rights prepared to use watering trucks, power sweepers, upon the Certificate Holder"; and other pieces of equipment as deemed b. Strike the wording regarding necessary by the engineer, to avoid creating a cancellation notification to the City: nuisance. "Failure to mail such notice shall impose Dust and mud control shall be considered as no obligation or liability of any kind incidental to the project, and no compensation upon the company, its agents or will be made for this section. representatives". Complaints of dust, mud or unsafe practices C. Amend the cancellation clause to state: and/or property damage to private Ownership "Policy may not be non-renewed, will be transmitted to the contractor and prompt canceled or materially changed or action in correcting them will be required by the altered unless 45 days prior written contractor. notice is provided to the City". 1-07.23(3) Flagging,Signs,and All Other Traffic Notification shall be provided to the City by certified mail. Control Devices For Professional Liability coverage only, instead of the SECTION 1-07.23(3)A IS SUPPLEMENTED BY ADDING cancellation language specified above,the City will accept a THE FOLLOWING. written agreement that the consultant's broker will provide the required notification. 1-07.23(3)A General(RC) When the bid proposal includes an item for "Traffic SECTION 1-07.201S REVISED AS FOLLOWS: Control,"the work required for this item shall be: 1. Furnishing and maintaining barricades, flashers, 1-07.20 Patented Devices,Materials,and Processes construction signing and other channelization (APWA) devices, unless a pay item is in the bid proposal The Contractor shall assume all costs arising from the use for any specific device and the Special Provisions of patented devices, materials, or processes used on or specify furnishing, maintaining,and payment in a incorporated in the work,and agrees to indemnify,defend, and different manner for that device; save harmless The Contracting 2. Furnishing supervisory personnel for all traffic Agency, and their duly authorized agents and employees from control labor; 3. Furnishing any necessary vehicle(s) to set up and all actions of any nature for, or on account of the use of any remove the Class B construction signs and other patented devices,materials,or processes. traffic control devices; SECTION 1-07.22 IS SUPPLEMENTED BY THE 4. Furnishing labor and vehicles for patrolling and FOLLOWING: maintaining in position all of the construction signs and the traffic control devices, unless a pay 1-07.22 Use of Explosives(APWA) item is in the bid proposal to specifically pay for Explosives shall not be used without specific authority this work;and_ of the Engineer, and then only under such restrictions as 5. Furnishing labor, material, and equipment may be required by the proper authorities. Explosives shall necessary for cleaning up, removing, and be handled and used in strict compliance with WAC 296-52 replacing of the construction signs and the traffic Page-SP-16 Revision Date: 05/31/95 (03:33 PM) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public control devices destroyed or damaged during the plan(s) by showing the necessary construction signs, flaggers, life of the project. and other control devices required for the project. The 6. Removing existing signs as specified or a directed Contractor's letter designating and adopting the specific traffic by the engineer and delivering to the City Shops control plan(s) or any proposed modified plan(s) shall be or storing and re-installing as directed by the submitted to the Engineer for approval at least ten calendar Engineer. days in advance of the time the signs and other traffic control 7. Preparing a traffic control plan for the project devices will be required. The contractor shall be responsible and designating the person responsible for traffic for assuring that traffic control is installed and maintained control at the work site. The traffic control plan in conformance to established standards. The contractor shall include descriptions of the traffic control shall continuously evaluate the operation of the traffic methods and devices to be used by the prime control plan and take prompt action to correct any contractor,and subcontractors,shall be submitted problems that become evident during operation. at or before the preconstruction conference, and THE FIRST PARAGRAPH OF SECTION 1-07.23(3)E HAS shall be subject to review and approval of the BEEN REVISED AS FOLLOWS: Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work 1-07.23(3)E Traffic Control Labor(SA) that will affect and traveled portion of a roadway. The Contractor shall furnish all personnel for flagging and 9. Assuring that all traveled portions of roadways for the setup and removal of all temporary traffic control are open to traffic during peak traffic periods, devices and construction signs necessary to control traffic 6:30 a.m.to 8:30 a.m.,and 3:00 p.m.to 6:00 p.m., during construction operations. Flaggers and spotters shall or as specified in the special provisions, or as have a current certification(flagging card)€fem acceptable to directed by the Engineer. the State Department of Labor and Industries(WAC 296-155- 10. Promptly removing or covering all nonapplicable 305). Employees of the Contractor engaged in flagging or signs during periods when they are not needed. traffic control shall wear reflective vests and hard hats. During If no bid item "Traffic Control" appears in the hours of darkness, white coveralls or white or yellow rain proposal then all work required by these sections will gear shall also be worn. The vests and other apparel shall considered incidental and their cost shall be included in the be in conformance with Section 1-07.8. The Contractor other items of work. shall furnish the MUTCD standard Stop/Slow paddles (18 If the Engineer requires the Contractor to furnish inches wide, letters 6 inches high,and reflectorized) for the additional channelizing devices, pieces of equipment, or flagging operations. The vests and hard hats shall be services which could not be usually anticipated by a maintained by the Contractor in a neat, clean, and presentable prudent contractor for the maintenance and protection of condition. Any such apparel or equipment which is necessary traffic,then a new item or items may be established to pay or desirable to protect workers engaged in other activities will for such items. Further limitations for consideration of be the Contractor's responsibility. payment for these items are that they are not covered by 5. Spotters to warn work crews of impending danger other pay items in the bid proposal, the}, are not specified from public traffic, when approved by the in the Special Provisions as incidental, and the Engineer. accumulative cost for the use of each individual SECTION 1-07.23(3)F HAS BEEN REVISED AS channelizing device, piece of equipment, or service must FOLLOWS: exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is 1-07.23(3)F Construction Signs(RC,SA) usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer,or by force account.Additional items required as a result of the Contractor's modification to the traffic Engineer or required to comply with established standards will control plan(s) appearing in the contract shalt not be be furnished by the C�::::��'?::o^.o_':�;�Contractor. covered by the provisions in this paragraph. Sign and support installation of Class A signs shall be If the total cost of all the work under the contract in accordance with the Contract Plans or Standard Plans. No item will be provided in the bid proposal for Class n increases or decreases by more than 25 percent, an or Class II construction signs. F'-a7tneFtt fer equitable adjustment will be considered for the item mi--a constni tion signs will be limited ie the labeF eest fer daily se "Traffic Control"to address the increase or decrease. SECTION 1-07.23(3)C IS REVISED AND EeMFOI LabeF. All etheF Costs for the work to provide Class II SUPPLEMENTED AS FOLLOWS: construction signs shall be included in the unit contract price for the various other items of the work in the bid proposal, or 1-07.23(3)C Traffic Control Plans(RC,SA) be included in "Traffic Control",Lump Sum. All flaggers are to be shown on the traffic control plan _... except for emergency situations. ...1f the Contractor's methods differ from the contract traffic control plan(s), the Contractor shall propose modification of the traffic control Page-SP-17 Revision Date: 05/31/95 (03:33 Prot) 1-07 Legal Relations and Responsibilities to the 1-07 Legal Relations and Responsibilities to the Public Public THE SECOND SENTENCE OF THE FIRST PARAGRAPH SECTION 1-07.13(5)C IS DELETED AND REPLACED OF SECTION 1-07.23(3)G HAS BEEN REVISED AS WITH. FOLLOWS. 1-07.23(5)C Payment(RC) 1-07.23(3)G Traffic Control Management(SA) Payment will be made in accordance with Section 1- The TCS shall be certified as a worksite traffic control 04.1 for the following bid item when included in supervisor by the American Traffic Safety Services Association the contract,"Traffic Control,"lump sum. or Sverdrup Civil,Inc. The lump sum contract price shall be full pay The TCS may make minor revisions to the TCP to for all costs not covered by other specific pay accommodate site conditions as long as the original intent items in the bid proposal for furnishing,installing, of the TCP is maintained. maintaining, and removing traffic control devices SECTION I-07.23(4)ISREVISEDASFOLL0WS: required by the contract and as directed by the Engineer in conformance with accepted standards 1-07.23(4) One-Way Piloted Traffic Control and in such a manner as to maximize safety, and Through Construction Zone(RC) minimize disruption and inconvenience to the public.. Progress payment for the lump sum item the r eteF twe naggeFS W ^ ntrel traffic the ends of th "Traffic Control"will be made as follows: a. When the initial warning signs for the lead the t_^K-^ h-^ gh he a All Asher ^ _ flag^^- beginning of the project and the end of u.:thin the limas e f he pilot^aF f -^1 ^Fea shall be fufnishoa construction signs are installed and approved by the Engineer, 30 percent of the amount Contra! t atie- if the r^^...etin �^e.ey i .ide pilete bid for the item will be paid. b. Payment for the remaining 70 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress Contractor-Furnished One-lVay Piloted Traffic Control. payments. The Contractor shall furnish the pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be SECTION 1-07.24 IS DELETED AND REPLACED B 1'THE furnished by the Contractor FOLLOWING. 07 23(3)E T-Fafa^C ^1 T ..tom^. 1-07.24 Rights of Way(APWA) Piloted T-F-Fiffie Genti:el," meastiFement and payment will be Street right of way lines,limits of easements,and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within the same as these limits, unless arrangements for use of private property are made. C el"af4eF the^ `ff that item exeeeds the quamity iH. Generally,the Contracting Agency will have obtained, the bid prepesal: prior to Bid opening,all rights of way and easements, both permanent and temporary, necessary for carrying out the 1-07.23(5) Measurement and Payment for Traffic completion of the Work. Exceptions to this are noted in the Control Contract Documents or brought to the Contractor's SECTION 1-07.23(5) IS SUPPLEMENTED BY ADDING attention by a duly issued Addendum. THE FOLLOWING: Whenever any of the Work is accomplished on or through property other than public right of way, the 1-07.23(5)A General(RC) Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the The item "Traffic Control" will be considered for an Contracting Agency from the owner of the private equitable adjustment per Section 1-04.6 only when the total property. Copies of the easement agreements are included contract price increases or decreases by more than 25 in the Contract Provisions or made available to the percent. Contractor as soon as practical after they have been DELETE SECTION I-07.23(S)B AND REPLACE WITH. obtained by the Engineer. Whenever easements or rights of entry have not been 1-07.23(5)B Measurement(RC) acquired prior to advertising, these areas are so noted on 1. No specific unit of measurement will apply to the the Drawings. The Contractor shall not proceed with any lump sum item of Traffic Control. portion of the Work in areas where right of way,easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If Page-SP-18 Revision Date: 05/31/95 (03:33 PM) 1-08 Prosecution and Progress 1-08 Prosecution and Progress the Contractor is delayed due to acts of omission on the invited.The purpose of the preconstruction conference will part of the Contracting Agency in obtaining easements, be: rights of entry or right of way, the Contractor will be 1. To review the initial progress schedule; entitled to an extension of time.The Contractor agrees that 2. To establish a working understanding among the such delay shall not be a breach of contract various parties associated or affected by the Each property owner shall be given 48 hours notice Work; prior to entry by the Contractor. This includes entry onto 3. To establish and review procedures for progress easements and private property where private payment,notifications,approvals,submittals,etc.; improvements must be adjusted. 4. To establish normal working hours for the Work; The Contractor shall be responsible for providing, 5. To review safety standards and traffic control; without expense or liability to the Contracting Agency,any and additional land and access thereto that the Contractor may 6. To discuss such other related items as may be desire for temporary construction facilities, storage of pertinent to the Work. materials, or other Contractor needs. However, before The Contractor shall prepare and submit at the using any private property,whether adjoining the Work or preconstruction meeting the following: not, the Contractor shall file with the Engineer a written 1. A breakdown of all lump sum items; permission of the private property owner, and, upon 2. A preliminary .schedule of working drawing vacating the premises, a written release from the property submittals;and owner of each property disturbed or otherwise interfered 3. A list of material sources for approval if with by reasons of construction pursued under this applicable. contract. The statement shall be signed by the private 4. A Project Schedule. property owner, or proper authority acting for the owner of the private property affected,stating that permission has 1-08.1(2)Subcontracting(APWA) been granted to use the property and all necessary permits Work done by the Contractor's own organization shall have been obtained or, in the case of a release, that the account for at least 30 percent of the Awarded Contract restoration of the property has been satisfactorily Price. Before computing this percentage, however, The accomplished. The statement shall include the parcel Contractor may subtract (from the Awarded Contract number, address, and date of signature. Written releases Price) the costs of any subcontracted work on items the must be filed with the Engineer before the Completion Date contract provisions specifically designates may be first will be established. excluded from the Awarded Contract Price. SECTION 1-07.26 IS REVISED BY CHANGING ALL The Contractor shall not subcontract work regardless REFERENCES TO "COMMISSION, THE of tier unless the Engineer approves in writing. Each SECRETARY" OR "STATE" TO READ request to subcontract shall be on the form the Engineer "CONTRACTING AGENCY." provides. If the Engineer requests, the Contractor shall provide proof that the subcontractor has the experience, SECTION 1-07.27 IS REVISED BY CHANGING ALL ability,and equipment the work requires. Each subcontract REFERENCES TO "STATE" OR "SECRETARY" shall contain a provision which requires the subcontractor TO READ"CONTRACTING AGENCY." to comply with Section 1-07.9 and to furnish all certificates, submittals, and statements required by the Contract 1-08 Prosecution and Progress Documents. Along with the request to sublet, the Contractor shall SECTION 1-08.1 IS DELETED AND REPLACED BY THE submit the names of any contracting firms the FOLLOWING. subcontractor proposes to use as lower tier subcontractors. Collectively, these lower tier subcontractors shall not do work that exceeds 25 percent of the total amount 1-08.1 Preliminary Matters(APWA) subcontracted to a subcontractor.When a subcontractor is responsible for construction of a specific structure or 1-08.1(1)Preconstruction Conference(APWA) structures,the following work may be performed by lower The Engineer will furnish the Contractor with up to 10 tier subcontractors without being subject to the 25 percent copies of the Contract Documents. Additional documents limitation: may be furnished upon request at the cost of reproduction. 1. Furnishing and driving of piling,or Prior to undertaking each part of the Work the Contractor 2. Furnishing and installing concrete reinforcing shall carefully study and compare the Contract Documents and post-tensioning steel. Except for the 25 and check and verify pertinent figures shown therein and percent limit, lower tier subcontractors shall meet all applicable field measurements. The Contractor shall the same requirements as subcontractors. promptly report in writing to the Engineer any conflict, The Engineer will approve the request only if satisfied error or discrepancy which the Contractor may discover. with the proposed subcontractor's prior record,equipment, After the Contract has been executed, but prior to the experience, and ability to perform the work. Approval to Contractor beginning the Work, a preconstruction subcontract shall not: conference will be held between the Contractor, the 1. Relieve the Contractor of any responsibility to Engineer and such other interested parties as may be carry out the contract, Page-SP-19 Revision Date: 05/31/95 (03:33 Prot) 1-08 Prosecution and Progress 1-08 Prosecution and Progress 2. Relieve the Contractor of any obligations or have no claim for damages or delays should such liability under the contract and the Contractor's permission be revoked for-these reasons. bond, Permission to work Saturdays, Sundays, holidays or 3. Create any contract between the Contracting other than the agreed upon normal straight time working Agency and the subcontractor,or hours Monday through Friday may be given subject to 4. Convey to the subcontractor any rights against certain other conditions set forth by the Contracting the Contracting Agency. Agency or Engineer. These conditions may include but are The Contracting Agency will not consider as not limited to: requiring the Engineer or such assistants as subcontracting: (1)purchase of sand,gravel,crushed stone, the Engineer may deem necessary to be present during the crushed slag, batched concrete aggregates, ready mix Work; requiring the Contractor to reimburse the concrete, off-site fabricated structural steel, other off-site Contracting Agency for the cost of engineering salaries fabricated items, and any other materials supplied by paid Contracting Agency employees who worked during established and recognized commercial plants; or (2) such times; considering the Work performed on Saturdays delivery of these materials to the work site in vehicles and holidays as working days with regards to the Contract owned or operated by such plants or by recognized Time; and considering multiple work shifts as multiple independent or commercial hauling companies. working days with respect to Contract Time even though However, the State L&I may determine that the multiple shifts occur in a single 24-hour period. RCW 39.12 applies to the employees of such firms Assistants may include, but are not limited to, survey identified in (1) and (2) above in accordance with crews; personnel from the Contracting Agency's material WAC 296-127. If this should occur, the provisions of testing lab; inspectors; and other Contracting Agency Section 1-07.9,as modified or supplemented,shall apply. employees when in the opinion of the Engineer, such work The Contractor shall certify to the actual amounts necessitates their presence. paid to any Disadvantaged,Minority,or Women's Business Enterprises firms that were subcontractors,manufacturers, 1-08.1(4) Reimbursement for Overtime Work of regular dealers, or service providers on the contract. This Contracting Agency Employees(APWA) certification shall be supplied with the Final Application for Payment on the form provided by the Engineer. Where the Contractor elects to work on a Saturday, If dissatisfied with any part of the subcontracted work, Sunday, or other holiday, or longer than an 8-hour work the Engineer may request in writing that the subcontractor shift on a regular working day, as defined in the Standard be removed.The Contractor shall comply with this request Specifications, such work shall be considered as overtime at once and shall not employ the subcontractor for any work. On all such overtime work an inspector will be further work under the contract. present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse 1-08.1(3)Hours of Work(APWA) the Contracting Agency for the full amount of the straight Except in the case of emergency or unless otherwise time plus overtime costs for employees of the Contracting approved by the Contracting Agency, the normal straight Agency required to work overtime hours. time working hours for the contract shall be any The Contractor by these Specifications does hereby consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. authorize the Engineer to deduct such costs from the of a working day with a maximum 1-hour lunch break and amount due or to become due the Contractor. a 5-day work week. The normal straight time 8-hour SECTION 1-08.4 IS DELETED AND REPLACED BY THE working period for the contract shall be established at the FOLLOWING: preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform work on holidays, 1-08.4 Notice to Proceed and Prosecution of the Saturdays,Sundays, or before 7:00 a.m. or after 6:00 p.m. Work(APWA) on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to Notice to Proceed will be given after the contract has work longer than an 8-hour period between 7:00 a.m. and been executed and the contract bond and evidence of 6:00 p.m. is not required. Such requests shall be submitted insurances have been approved and filed by the Owner. to the Engineer no later than noon on the working day The Contractor shall not commence the Work until the prior to the day for which the Contractor is requesting Notice to Proceed has been given by the Engineer. The permission to work. Contractor shall commence construction activities on the Permission to work between the hours of 10:00 p.m. Project Site within ten days of the Notice to Proceed Date. and 7:00 a.m. during weekdays and between the hours of The Work thereafter shall be prosecuted diligently, 10:00 p.m.and 9:00 a.m. on weekends or holidays may also vigorously, and without unauthorized interruption until be subject to noise control requirements. Approval to physical completion of the work. There shall be no continue work during these hours may be revoked at an}, voluntary shutdowns or slowing of operations by the time the Contractor exceeds the Contracting Agency's noise Contractor without prior approval of the Engineer. Such control regulations or complaints are received from the approval shall not ,relieve the Contractor from the public or adjoining property owners regarding the noise Contractual obligation to complete the work within the from the Contractor's operations. The Contractor shall prescribed Contract Time. Pine-SP-20 Revision Date: 05/31/95 (03:33 PM) 1-09 Measurement and Payment 1-09 Measurement and Payment SECTION 1-08.5 IS DELETED AND REPLACED WITH SECTION 1-08.9 IS REVISED PER SECTION 1-05.11. THE FOLLOWING: 1-08.10 Termination of Contract(APWA) 1-08.5 Time For Completion(Contract Time) (APWA,RC) SECTION 1-08.10(l) IS SUPPLEMENTED BY REVISING ALL REFERENCES TO "STATE TREASURER, The Work shall be physically completed in its entirety DEPARTMENT OF TRANSPORTATION" IN THE within the time specified in the Contract Documents or as LAST SENTENCE, PARAGRAPH S TO READ extended by the Engineer.The Contract Time will be stated "CONTRA CTINGAGENCY." in "working days", shall begin on the Notice To Proceed Date,and shall end on the Contract Completion Date. SECTION 1-08.11 ISA NEW SECTION: A nonworking day is defined as a Saturday,a Sunday, a day on which the contract specifically suspends work,or one of 1-08.11 Contractor's Plant and Equipment(RC) these holidays: January 1, the thiFd u.t,.nde , of anuaF. .�o , Memorial Day, July 4, Labor Day, The contractor alone shall at all times be responsible third Menday of for the November 11,Thanksgiving Day,the day after Thanksgiving, adequacy, efficiency, and sufficiency of his and his and Christmas Day. The day before Christmas shall be a subcontractors plant and equipment. The Owner shall holiday when Christmas Day occurs on a Tuesday or have the right to make use of the contractor's plant and Friday. The.day after Christmas shall be a holiday when equipment in the performance of any work on the site of the work. Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday,the The use by the Owner of such plant and equipment two preceding working days shall be observed as holidays. shall be considered as extra work and paid for accordingly. When Christmas day occurs on a Sunday,the two working Neither the Owner nor the engineer assume any days following shall be observed as holidays. The Contract responsibility,at any time, for the security of the site from Time has been established to allow for periods of normal the time contractor's operations have commenced until inclement weather which, from historical records, is to be final acceptance of the work by the engineer and the expected during the Contract Time, and during which Owner. The contractor shall employ such measures as periods, work is anticipated to be performed. Each additional fencing,barricades,and watchmen service,as he successive working day, beginning with the Notice to deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs provided keys for all fenced,secured areas. except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable 1-08.12 Attention to Work(RC) day. The contractor shall give his personal attention to and The Engineer will furnish the Contractor a weekly shall supervise the work to the end that it shall be report showing (1) the number of working days charged prosecuted faithfully,and when he is not personally present against the Contract Time for the preceding week; (2) the on the work site, he shall at all times be represented by a Contract Time in working days; (3)the number of working competent superintendent who shall have full authority to days remaining in the Contract Time; (4) the number of execute the same, and to supply materials, tools, and labor nonworking days; and (5) any partial or whole days the without delay,and who shall be the legal representative of Engineer declared unworkable the previous week. This the contractor. The contractor shall be liable for the weekly report will be correlated with the Contractor's faithful observance of any instructions delivered to him or current approved progress schedule. If the Contractor to his authorized representative. elects to work 10 hours a day and 4 days a week (a 4-10 schedule)and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day 1-09 Measurement and Payment then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE The Contractor will be allowed 10 calendar days from FOLLOWING: the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. 1-09.1 Measurement of Quantities(RC) Otherwise,the report will be deemed to have been accepted by the Contractor as correct. When items are specified to be paid for by ton, it will The requirements for scheduling the Final Inspection be the Contractor's responsibility to see that a certified and establishing the Substantial Completion, Physical weight ticket is given to the Inspector on the project at the Completion,and Completion Dates are specified in Sections time of delivery of materials for each truckload delivered. 1-05.11 and I-05.12. Pay quantities will be prepared on the basis of said tally tickets, delivered to the Inspector at the time of delivery of materials. Tickets not receipt by the Inspector will not be honored for payment. Where items are specified to be paid by the ton, the following system will be used: Page-SP-21 Revision Date: 05/31/95 (03:33 PM) 1-09 Measurement and Payment 1-09 Measurement and Payment Each truck shall be clearly numbered to the Payment for Bid Items listed or referenced in the satisfaction of the Engineer and there shall be no "Payment" clause of any particular Section of the duplication of numbers. Specifications shall be considered as including all of the Duplicate tickets shall be prepared to accompany each Work required, specified, or described in that particular truckload of material delivered to the project. Section. Payment items will generally be listed generically The tickets shall bear at least the following in the Specifications,and specifically in the bid form.When information: items are to be "furnished" under one payment item and 1. Truck Number. "installed" under another payment item, such items shall 2. Truck tare weight(stamped at source). be furnished FOB project site,or, if specified in the Special 3. Gross truck load weight in tons (stamped at Provisions, delivered to a designated site. Materials to be source). "furnished," or "furnished and installed" under these 4. Net load weight(stamped at source). conditions, shall be the responsibility of the Contractor' 5. Driver's name and date. with regard to storage until such items are incorporated 6. Location for delivery. into the Work or, if such items are not to be incorporated 7. Pay item number. into the work, delivered to the applicable Contracting 8. Contract number and/or name. Agency storage site when provided for in the Specifications. The Contractor shall submit a breakdown of costs for Payment for material"furnished," but not yet incorporated each lump sum Bid Item. The breakdown shall list the into the Work, may be made on monthly estimates to the items included in the lump sum together with a unit price of extent allowed. labor, materials and equipment for each item. The SECTIONI-09.8 IS SUPPLEMENTED BY REVISING ALL summation of the detailed unit prices for each item shall REFERENCES TO "HEADQUARTERS' MATERIAL add up to the lump sum Bid. The unit price values may be LABORATORY" TO READ "CONTRACTING used as a guideline for determining progress payments or AGENCY'SAIATERIALLABORATORY." deductions or additions in payment for ordered work changes. The detailed cost breakdown of each lump sum SECTION 1-09.9 IS DELETED AND REPLACED BY THE item shall be submitted to the Engineer prior to the FOLLOWING: Preconstruction Conference. SECTION 1-09.2 IS SUPPLEMENTED BY REVISING ALL 1-09.9 Payments (APWA) REFERENCES TO "MATERIAL RECEIVER" TO READ "ENGINEER." 1-09.9(1) Progress Payments (APWA) SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE Progress payments for completed work and material FOLLOWING: on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be 1-09.3 Scope of Payment(APWA, RC) established at the preconstruction meeting. Within 3 days after the progress estimate cutoff date Unless modified otherwise in the Contract Provisions, (but not more often than once a month) the Contractor the Bid Items listed or referenced in the "Payment" clause shall submit to the Engineer for review an Application for of each Section of the Standard Specifications, will be the Payment, filled out and signed by the Contractor, covering only items for which compensation will be made for the the work completed prior to the progress estimate cutoff Work described in or specified in that particular Section date.The Application for Payment shall be accompanied by when the Contractor performs the specified Work. Should documentation supporting the Contractor's Application for a Bid Item be listed in a "Payment" clause but not in the Payment. Proposal Form, and Work for that item is performed by If payment is requested for materials and equipment the Contractor and the work is not stated as included in or not incorporated in the work, but delivered and stored at incidental to a pay item in the contract and is not work that approved sites pursuant to the Contract Documents, the would be required to complete the intent of the Contract Application for Payment shall be accompanied by a bill of per Section 1-04.1, then payment for that Work will be sale, invoice, .or other documentation warranting that the made as for Extra Work pursuant to a Change Order. Contractor has received the materials and equipment and The words "Bid Item," "Contract Item," and "Pay evidence that the materials and equipment are covered by Item," and similar terms used throughout the Contract appropriate insurance or other arrangements to protect the Documents are-synonymous. Engineer's interests therein. If the "payment" clause in the Specifications relating The initial progress estimate will be made not later to any unit Bid Item price in the Proposal Form requires than 30 days after the Contractor commences the Work, that said unit Bid Item price cover and be considered and successive progress estimates will be made every month compensation for certain work or material essential to the thereafter until the Completion Date. Progress estimates item, then the work or material will not be measured or made during progress of the Work are tentative, and made paid for under any other Unit Bid Item which may appear only for the purpose of determining progress payment. The elsewhere in the Proposal Form or Specifications. progress estimates ar"ubject to change at any time prior Pluralized unit Bid Items appearing in these to the calculation of the Final Payment per Specifications are changed to singular form. Section 1-09.9(4). Page-SP-22 Revision Date: 05/17/95 (12:54 PM) 1-09 Measurement and Payment 1-09 Measurement and Payment The value of the progress estimate will be the sum of The Contractor shall designate the option desired en the following: !tie Gentraet FeFFa at the time the GentFaeteF exeeute •� 1. Unit Price Items in the Bid Form the 12611:act with the Gentraeting Ageney and shall be pail of the approximate quantity of acceptable units of Work een{rae at least 10 working days prior to the first progress completed multiplied by the Unit Price. payment for the contract. The Contractor in choosing 2. Lump Sum Items in the Bid Form — the option (2) or (3) agrees to assume full responsibility to pay estimated percentage complete multiplied by the all costs which may accrue from escrow services, brokerage Bid Forms amount for each Lump Sum Item. charges or both, and further agrees to assume all risks in 3. Materials on Hand —90 percent of invoiced cost connection with the investment of the retained percentages of material delivered to Job site or other storage in securities. The Contracting Agency may also, at its area approved by the Engineer. option,accept a bond for all or a portion of the contractor's 4. Change Orders—entitlement for approved extra retainage. cost or completed extra work as determined by Release of retained percentage will be made 60 days the Engineer. following the Completion Date (pursuant to RCW 39.12, Progress payments will be made in accordance with RCW 39.76, and RCW 60.28) provided the following the progress estimate less: conditions are met: 1. Five(5)percent for retained percentage. 1. On contracts totaling more than $20,000.00, a 2. The amount of Progress Payments previously release has been obtained from the Washington made. State Department of Revenue(RCW 60.28.051). 3. Funds withheld by the Contracting Agency for 2. No claims, as provided by law, have been filed disbursement in accordance with the Contract against the retained percentage. Documents. 3. Affidavit of Wages Paid is on file with the Progress payments for work performed shall not be Contracting Agency for the Contractor and all evidence of acceptable performance or an admission by the Subcontractors regardless of tier Contracting Agency that any work has been satisfactorily (RCW 39.12.040). completed. In the event claims are filed the Contractor will be Payments will be made by warrants, issued by the paid such retained percentage less an amount sufficient to Contracting Agency's fiscal officer, against the appropriate pay any such claims together with a sum determined by the fund source for the project. Payments received on account Contracting Agency sufficient to pay the cost of foreclosing of work performed by a subcontractor are subject to the on claims and to cover attorney's fees. provisions of RCW 39.04.250. Retainage will not be reduced for any reason below the minimum limit provided by law. 1-09.9(2) Retainage(APWA) Pursuant to Section 1-07.10, the Contractor is Pursuant to RCW 60.28 there will be retained from responsible for submitting to the State L&I a "Request for monies earned by the Contractor on progress estimates a Release" form in order for the Contracting Agency to sum not to exceed 5 percent of the monies earned by the obtain a release from that department with respect to the Contractor.Such retainage shall be used as a trust fund for payments of industrial insurance medical aid premiums. the protection and payment (1)to the State with respect to The Contracting Agency will ensure the Washington State taxes imposed pursuant to Title 82, RCW which may be Employment Security Department and any applicable due from such Contractor,and (2)the claims of any person Contracting Agency department or organization are arising under the Contract. notified of Contract completion in order to obtain releases Ntonies reserved under provisions of RCW 60.28 shall, from those departments or agency organizations. at the option of the Contractor,be: 1. Retained in a fund by the Contracting Agency. 1-09.9(3) Contracting Agency's Right to 2. Deposited by the Contracting Agency in an Withhold and Disburse Certain interest-bearing account in a bank, mutual Amounts(APWA) savings bank, or savings and loan association In addition to monies retained pursuant to RCNN'60.28 (interest on monies so retained may be paid to the and subject' to RCW 39.04.250, RCW 39.12, and Contractor). RCW 39.76, the Contractor authorizes the Engineer to 3. Placed in escrow with a bank or trust company by withhold progress payments due or deduct an amount from the Contracting Agency. When the monies any payment or payments due the Contractor which, in the reserved are to be placed in escrow the Engineer's opinion, may be necessary to cover the Contracting Agency will issue a check Contracting Agency's costs for or to remedy the following representing the sum of the monies reserved situations: payable to the bank or trust company and the 1. Damage to another contractor when there is Contractor jointly. Such check shall be converted evidence thereof and a claim has been filed. into bonds and securities chosen by the 2. Where the Contractor has not paid fees or Contractor and approved by the Contracting charges to public authorities or municipalities Agency and the bonds and securities held in which the Contractor is obligated to pay. escrow. Interest on the bonds and securities may 3. Utilizing material, tested and inspected by the be paid to the Contractor as the interest accrues. Engineer, for purposes not connected with the Work(Section 1-05.6) Page-SP-23 Revision Date: 05/17/95 (12:54 Prot) 1-09 Measurement and Payment 1-09 Measurement and Payment 4. Landscape damage assessments per Section 1- A proper accounting of all funds disbursed on behalf 07.16. of the Contractor in accordance with this section will be 5. For overtime work performed by City personnel made. A payment made pursuant to this section shall be per Section 1-08.1(4). considered as payment made under the terms and 6. Anticipated or actual failure of the Contractor to conditions of the Contract. The Contracting Agency shall complete the Work on time: not be liable to the Contractor for such payment made in a. Per Section 1-08.9 Liquidated Damage;or good faith. b. Lack of construction progress based upon the If legal action is instituted to determine the validity of Engineer's review of the Contractor's the claims prior to expiration of the 15-day period approved progress schedule which indicates mentioned above, the Engineer will hold the funds until the Work will not be completed within the determination of the action or written settlement agreement Contract Time. When calculating an of the parties. anticipated time overrun, the Engineer will make allowances for weather delays, 1-09.9(4) Final Payment(APWA) approved unavoidable delays, and Upon Acceptance of the Work by the Contracting suspensions of the Work. The amount Agency the final amount to be paid the Contractor will be withheld under this subparagraph will be _ calculated based upon a Final Progress Estimate made by based upon the liquidated damages amount the Engineer. Acceptance by the Contractor of the Final per day set forth in Contract Documents Payment shall be and shall operate as a release: multiplied by the number of days the 1. to the Contracting Agency of all claims and all Contractor's approved progress schedule, in liabilities of the Contractor, other than claims in the opinion of the Engineer, indicates the stated amounts as may be specifically excepted in Contract may exceed the Contract Time. writing by the Contractor; 7. Failure of the Contractor to perform any of the 2. for all things done or furnished in connection with Contractor's other obligations under the contract, the Work; including but not limited to: 3. for every act and neglect by the Contracting a. Failure of the Contractor to provide the Agency; and Engineer with a field office when required by 4. for all other claims and liability relating to or the Contract Provisions. arising out of the Work. b. Failure of the Contractor to protect survey A payment (monthly, final, retainage, or otherwise) stakes, markers, etc., or to provide adequate shall not release the Contractor or the Contractor's Surety survey work as required by Section 1-05.5. from any obligation required under the terms of the C. Failure of the Contractor to correct defective Contract Documents or the Contract Bond; nor shall such or unauthorized work(Section 1-05.8) payment constitute a waiver of the Contracting Agency's d. Failure of the Contractor to furnish a ability to investigate and act upon findings of non- Manufacture's Certificate of Compliance in compliance with the WMBE requirements of the Contract; lieu of material testing and inspection as nor shall such payment preclude the Contracting Agency required by Section 1-06.3. from recovering damages, setting penalties, or obtaining e. Failure to submit weekly payrolls, Intent to such other remedies as may be permitted by law. Pay Prevailing Wage forms, or correct Before the Work will be accepted by the Contracting underpayment to employees of the Agency, the Contractor shall submit an affidavit, on the Contractor or subcontractor of any tier as form provided by the Engineer,of amounts paid to certified required by Section 1-07.9. disadvantaged (DB), minority (MBE) or women business f. Failure of the Contractor to pay worker's enterprises (WBE) participating in the Work. Such benefits (Title 50 and Title 51 RCW) as affidavit shall certify the amounts paid to the DB, MBE, or required by Section 1-07.10. WBE subcontractors regardless of tier. g. Failure of the Contractor to submit and On Federally-funded projects the Contractor may also obtain approval of a progress schedule per be required to execute and furnish the Contracting Agency Section 1-08.3. an affidavit certifying that the Contractor has not extended The Contractor authorizes the Engineer to act as agent any loans, gratuity or gift and money pursuant to Section for the Contractor disbursing such funds as have been 1-07.19 of these Specifications. withheld pursuant to this section to a party or parties who If the Contractor fails, refuses,or is unable to sign and are entitled to payment. Disbursement of such funds, if the return the Final Progress Estimate or any other documents Engineer elects to do so, will be made only after giving the required for the final acceptance of the contract, the Contractor 15 calendar days prior written notice of the Contracting Agency reserves the right to unilaterally accept Contracting Agency's intent to do so, and if prior to the the contract. Unilateral acceptance will occur only after the expiration of the 15-calendar day period, Contractor has been provided the opportunity, by written 1. no legal action has commenced to resolve the request from the Engineer, to voluntarily submit such validity of the claims,and documents. If voluntary compliance is not achieved, formal 2. the Contractor has not protested such notification of the impending unilateral acceptance will be disbursement. provided by certified letter from the Engineer to the Contractor which will provide 30 calendar days for the Page-SP-24 Revision Date: 05/17/95 (12:54 PM) 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the 1-09.13 Arbitration - postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by SECTION 1-09.13(2) IS SUPPLEMENTED BY the Contracting Agency to unilaterally accept the contract REPLACING ALL REFERENCES TO "THURSTON will apply to contracts that are completed in accordance COUNTY"WITH THE WORDS"KING COUNTY." with Section 1-08.5 or for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of SECTION 1-09.13(3)IS SUPPLEMENTED BYADDING: the contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract 1-09.13(3) Procedures to Pursue Arbitration or of the responsibility to comply with all laws,ordinances, (RC) and regulations—Federal,State,or local—that affect the The findings and decision of the board of arbitrators contract. The date the Contracting Agency unilaterally shall be final and binding on the parties, unless the signs the Final Progress Estimate constitutes the final aggrieved party,within 10 days,challenges the findings and acceptance date(Section 1-05.12). decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds 1-09.11 Disputes and Claims for the petition for review are limited to showing that the findings and decision: SECTION 1-09.11(2)IS REVISED AS FOLLOWS: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 1-09.11(2) Claims(APWA) 3. Is arbitrary and/or is not based upon the applicable facts Failure to submit with the Final Application for and the law controlling the issues submitted to Payment Final Gentfac-t ueuehef Ee#ineatiea such arbitration. The board of arbitrators shall support its information and details as described in this section for any decision by setting forth in writing their findings and claim shall operate as a waiver of the claims by the Contractor conclusions based on the evidence adduced at any such as provided in Section 1-09.9. hearing. SECTION 1-09.11(3) IS DELETED AND REPLACED BY The arbitration shall be conducted in accordance with THE FOLLOWING: the statutes of the State of Washington and court decisions governing such procedure. 1-09.11(3) Time Limitations and Jurisdiction The costs of such arbitration shall be borne equally by (APWA) the City and the contractor unless it is the board's majority This contract shall be construed and interpreted in opinion that the contractor's filing of the protest or action accordance with the laws of the State of Washington. The is capricious or without reasonable foundation. In the venue of any claims or causes of actions arising from this latter case,all costs shall be borne by the contractor. contract shall be in the Superior Court of the county where the work is performed. 1-11 Renton Surveying Standards For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the contractor has against the Contracting Agency arising 1-11.1(1) Responsibility for surveys(RC) from this contract shall be brought within 180 days from All surveys and survey reports shall be prepared the date of Final Acceptance of the contract by the under the direct supervision of a person registered to Contracting Agency.The parties understand and agree that practice land surveying under the provisions of Chapter the Contractor's failure to bring suit within the time period 18.43 RCW. provided shall be a complete bar to any such claims or All surveys and survey reports shall be prepared in causes of action. accordance with the requirements established by the Board It is further mutually agreed by the parties that when of Registration for Professional Engineers and Land any claims or causes of action which a Contractor asserts Surveyors under the provisions of Chapter 18.43 RCW. against the Contracting Agency arising from this contract 1-11.1(2) Survey Datum and Precision (RC) are filed with the Contracting Agency or initiated in court, The horizontal component of all surveys shall have as the Contractor shall permit the Contracting Agency to have its coordinate base: The North American Datum of timely access to any records deemed necessary by the 1983/91. Contracting Agency to assist in evaluating the claims or All horizontal control for projects must be referenced actions. to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for Page-SP-25 Revision Date: 05/17/95 (12:54 PM) 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards ALTA/ACSM Land Title Surveys jointly established and such points to physically reference a corner's location on adopted by ALTA and ACSM in 1992 or comparable the ground. classification in future editions of said document. The angular and linear closure and precision ratio of traverses Monument Any physical object or structure of record Which marks or accurately references: used for survey control shall be revealed on the face of the survey drawing,as shall the method of adjustment. . A corner or other survey point established by or under The horizontal component of the control system for the supervision of an individual per section 1-11.1(1) surveys using global positioning system methodology shall and any corner or monument established by the exhibit at least 1 part in 50,000 precision in line length General Land Office and its successor the Bureau of dependent error analysis at a 95 percent confidence level Land Management including section subdivision and performed pursuant to Federal Geodetic Control corners down to and including one-sixteenth corners; Subcommittee Standards for GPS control surveys as and defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Any permanently mon boundary,right of Techniques dated August 1, 1989 or comparable alignment, or horizonttalal and d nd vertical control points p way classification in future editions of said document.. established by any governmental agency or private The vertical component of all surveys shall be based on surveyor including street intersections but excluding NAVD 1988, the North American Vertical Datum of 1988, dependent interior lot corners. and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such 1-11.1(6) Control or Base Line Survey(RC) benchmarks within 3000 feet of the project site a tie to both Control or Base Line Surveys shall be established for shall be made. The benchmark(s) used will be shown on all construction projects that will create permanent the drawing. If a City of Renton benchmark does not exist structures such as roads,sidewalks, bridges, utility lines or within 3000 feet of a project,one must be set on or near the appurtenances, signal or light poles, or any non-single project in a permanent manner that will remain intact family building. Control or Base Line Surveys shall consist throughout the duration of the project. Source of of such number of permanent monuments as are required elevations (benchmark) will be shown on the drawing, as such that every structure may be observed for staking or well as a description of any bench marks established. "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of 1-11.1(3) Subdivision Information (RC) these permanent monuments shall be existing monuments, Those surveys dependent on section subdivision shall recognized and on record with the City of Renton. The reveal the controlling monuments used and the subdivision Control or Base Line Survey shall occupy each monument of the applicable quarter section. in turn, and shall satisfy all applicable requirements of Those surveys dependent on retracement of a plat or Section 1-11.1 herein. short plat shall reveal the controlling monuments, The drawing depicting the survey shall be neat,legible, measurements,and methodology used in that retracement. and drawn to an appropriate scale. North orientation 1-I I.1(4) Field Notes(RC) should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that Field notes shall be kept in conventional format in a a reduction thereof to one-half original scale remains standard bound field book with waterproof pages. In cases legible. where an electronic data collector is used field notes must If recording of the survey with the King County also be kept with a sketch and a record of control and base Recorder is required, it will be prepared on 18 inch by 24 line traverses describing station occupations and what inch mylar and will comply with all provisions of Chapter measurements were made at each point. 58.09 RCW. A photographic mylar of the drawing will be Every point located or set shall be identified by a submitted to the City of Renton and,upon their review and number and a description. Point numbers shall be unique acceptance per the specific requirements of the project, the within a complete job. The preferred method of point original-will be recorded with the King County Recorder. numbering is field notebook, page and point set on that If recording is not required, the survey drawing shall page. Example: The first point set or found on page 16 of be prepared on 22 inch by 34 inch mylar, and the original field book 348 would be identified as Point No. 348.16.01, or a photographic mylar thereof will be submitted to the the second point would be 348.16.02,etc. City of Renton. Upon completion of a City of Renton project, either The survey drawings shall meet or exceed the the field notebook(s) provided by the City or the original requirements of WAC 332-130-050 and shall conform to field notebook(s) used by the surveyor will be given to the the City of Renton's Drafting Standards. American Public City. For all other work, surveyors will provide a copy of Works Association symbols shall be used whenever the notes to the City upon request. In those cases where an possible,and a legend shall identify all symbols used if each electronic data collector is used, a hard copy print out in point marked by a symbol is not described at each use. ASCII text format will accompany the field notes. An electronic listing of all principal points shown on 1-11.1(5) Corners and Monuments(RC) the drawing shall be submitted with each drawing. The Corner A point on a land boundary,at the juncture of listing should include the point number designation (corresponding with that in the field notes), a brief two or more boundary lines. A monument is usually set at description of the point, and northing, easting, and Page-SP-26 Revision Date: 05/17/95 (12:54 PM) 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards elevation (if applicable) values, all in ASCII format, on stamped and signed "as-built" drawings which includes a IBM PC compatible media. statement certifying the accuracy of the"as built". The drawing and electronic listing requirements set 1-I1.1(7) Precision Levels(RC) forth in section 1-11.1(6) herein shall be observed for all Vertical Surveys for the establishment of bench marks "as-built"surveys. shall satisfy all applicable requirements of section 1-05 and 1-11.1. 1-11.1(12) Monument Setting and Referencing Vertical surveys for the establishment of bench marks (RC) shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by All property or lot corners, as defined in 1-11.1(5), the Federal Geodetic Control Committee. established or reestablished on a plat or other recorded Bench marks must possess both permanence and survey shall be referenced by a permanent marker at the vertical stability. Descriptions of bench marks must be corner point per 1-11.2(1). In situations where such complete to insure both recoverablilty and positive markers are impractical or in danger of being destroyed, identification on recovery. e.g.,the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a 1-11.1(8) Radial and Station--Offset tack in lead in the curb. The relationship between the Topography(RC) witness monuments and their respective corners shall be Topographic surveys shall satisfy all applicable shown or described on the face of the plat or survey of requirements of section 1-11.1 herein. record,e.g., "Tacks in lead on the extension of the lot side All points occupied or back sighted in developing lines have been set in the curbs on the extension of said line radial topography or establishing baselines for station — with the curb." In all other cases the corner shall meet the offset topography shall meet the requirements of section 1- requirements of section 1-11.2(1)herein. 11.1 herein. All non corner monuments, as defined in 1-11.1(5), The drawing and electronic listing requirements set shall meet the requirements of section 1-11.2(2) herein. If forth in section 1-11.1 herein shall be observed for all the monument falls with in a paved portion of a right of topographic surveys. way or other area, the monument shall be set below the ground surface and contained within a lidded case kept 1-11.1(9) Radial Topography(RC) separate from the monument and flush with the pavement Elevations for the points occupied or back sighted in a surface,per section 1-11.2(3). radial topographic survey shall be determined either by 1) In the case of right of way centerline monuments all spirit leveling with misclosure not to exceed 0.1 feet or points of curvature (PC), points of tangency (PT), street Federal Geodetic Control Committee third order elevation intersections,center points of cul de sacs shall be set. If the accuracy specifications, OR 2) trigonometric leveling with point of intersection, PI, for the tangents of a curve fall elevation differences determined in at least two directions within the paved portion of the right of way, a monument for each point and with misclosure of the circuit not to can be set at the PI instead of the PC and PT of the curve. exceed 0.1 feet. For all non corner monuments set while under contract to the City of Renton or as part of a City of 1-11.1(10) Station--Offset Topography(RC) Renton approved subdivision of property,a City of Renton Elevations of the baseline and topographic points shall Monument Card (furnished by the city) identifying the be determined by spirit leveling and shall satisfy Federal monument; point of intersection (PI), point of tangency Geodetic Control Committee specifications as to the turn (PT), point of curvature (PC), one-sixteenth corner, Plat points and shall not exceed 0.1 foot's error as to side shots. monument, street intersection, etc., complete with a description of the monument, a minimum of two reference 1-11.1(11) As-Built Survey(RC) points and NAD 83/91 coordinates and NAVD 88 elevation All improvements required to be "as-built" (post shall be filled out and filed with the city. construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and 1-11.2 Materials Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as- built" survey must be based on the same base line or 1-11.2(1) Property/Lot Corners(RC) control survey used for the construction staking survey for Corners per 1-il.l(5) shall be marked in a permanent the improvements being "as-built". The "as-built" survey manner such as 1/2 inch diameter rebar 24 inches in length, for all subsurface improvements should occur prior to durable metal plugs or caps, tack in lead, etc. and backfilling. Close cooperation between the installing permanently marked or tagged with the surveyor's contractor and the "as-builting" surveyor is therefore identification number. The specific nature of the marker required. used can be determined by the surveyor at the time of All "as-built" surveys shall satisfy the requirements of installation. section 1-11.1(1) herein and shall be based upon control or 1-11.2(2) Monuments (RC) base line surveys made in conformance with all of section ]- 11.1 and 1-11.3(1)herein. Monuments per 1-11.1(5) shall meet the requirements The field notes for "as-built" shall meet the as set forth in City of Renton Standard Plans page H031 requirements of section 1-11.1(4)herein and submitted with Page-SP-27 Revision Date: 05/17/95 (12:54 Plot) 2-01 Clearing,Grubbing,and Roadside Cleanup 2-03 Roadway Excavation and Embankment and permanently marked or tagged with the surveyor's 5. When an area where pavement has been removed identification number. is to be opened to traffic before pavement patching has been completed, temporary mix 1-11.2(3) Monument Case and Cover(RC) asphalt concrete patch shall be required. Materials shall meet the requirements of section 9-22 Temporary patching shall be placed to a and City of Renton Standard Plans page H031. minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix Division 2 or MC hot mix shall be used at the discretion of Earthwork the Engineer. If pavements,sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in 2-01 Clearing, Grubbing, and Roadside excavation. If they lie in an afea not o he e aied and Cleanup they-are not mentioned as a separate item in the proposal,they will be measured and paid for as provided under Section 2- SECTION 1-01.2 IS REVISED AND SUPPLEMENTED AS 02.5,and will not be included in the quantity calculated for FOLLOWS. excavation. SECTION 2-02.5 IS SUPPLEMENTED BYADDING: 2-01.2 Disposal of Usable Material and Debris (RC) 2-02.5 Payment(RC) All debris, waste, excess construction materials and 2. "Saw Cutting",per Lineal Foot. other miscellaneous material not salvaged by the owner or 3. "Remove Sidewalk",per Square Yard. the contractor,or disposed of by another approved method 4. "Remove Curb and Gutter",per Lineal Foot. shall be disposed of at a landfill approved and licensed by 5. "Cold Mix",per Ton the appropriate governing body. Copies of disposal 6. "Remove Asphalt Concrete Pavement," per permits and approvals shall be submitted to the Engineer. square yard. The CefilFaetOF shall dispose e f Ed! debFis by , oF Fnere 7. "Remove Cement Concrete pavement," per Of the these disposal methods dese.:hed helew square yard. Pisp sal of aebFiSin a GefitraeteF pfevided rite sit S. "Remove existing ," per shall meet the. nts of Section 2 n3 v7)C All costs related to the removal and disposal of SECTIONS 2-01.2(I), 2-01.2(2) AND 1-01.2(3) ARE structures and obstructions including saw cutting, DELETED IN THEIR ENTIRETY, excavation, backfilling and temporary asphalt shall be SECTION 2-01.51S REVISED AND SUPPLEMENTED AS considered incidental to and included in other items unless FOLLOWS. designated as specific bid items in the proposal. 2-01.5 Payment(RC) 2-03 Roadway Excavation and 4, , by force aeeeunt as PFON'id Section 1-09.6. Embankment TO PFE) .:de a ceRimen pFepesal £e. all h:dde-,. the GefitfaetiRgAgeney has entered an afneunt in the proposal to SECTION 1-03.3 IS SUPPLEMENTED BY ADDING THE beearne a e4 of the r,,.,,. 1 hid FOLLOWING: Roadside Cleanup shall be considered incidental to the contract and no additional payment shall be made. 2-03.3 Construction Requirements(RC) Roadway excavation shall include the removal of all 2-02 Removal of Structures and materials excavated from within the limits shown on the Obstructions plans. Suitable excavated material shall be used for embankments, while surplus excavated material or SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED unsuitable material shall be disposed of by the Contractor. AS FOLLOWS: Earthwork quantities and changes will be computed, either manually or by means of electronic data processing 2-02.3(3) Removal of Pavement,Sidewalks,and equipment, by use of the average end area method. Any Curbs(RC) changes to the proposed work as directed by the Engineer In removing pavement, sidewalks, and curbs, the that would alter these quantities shall be calculated by the Contractor shall: Engineer and submitted to the Contractor for his review I. Haul broken-up pieces ' and verification. or to some off-project site. Any excavation or embankment beyond the limits 2- Cover any pieces bufied within;he right ef way wmi4h indicated in the Plans,unless ordered by the Engineer,shall at least 5 feet of soil. not be paid for. All work and material required to return Page-SP-28 Revision Date: 05/17/95 (12:54 PM) 2-04 Haul 2-04 Haul these areas to their original conditions, as directed by the the hauling vehicle at the point of loading. The Engineer, shall be provided by the Contractor at his sole contractor shall provide truck tickets for each expense. load removed. Each ticket shall have the truck All areas shall be excavated,filled,and/or backfilled as number, time and date, and be approved by the necessary to comply with the grades shown on the Plans. In engineer. filled and backfilled areas, fine grading shall begin during SECTION 2-03.5 IS REVISED AS FOLLOWS: the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface which 2-03.5 Payment(RC) is smooth and even,without abrupt changes in grade. Payment will be made for the following bid items when Excavation for curbs and gutters shall - be they are included in the proposal: accomplished by cutting accurately to the cross sections, 1. "Roadway Excavation"or"Roadway Excavation— grades and elevations shown. Care shall be taken not to Area A(B,C,etc.)",per cubic yard. excavate below the specified grades. The contractor shall When the Engineer orders excavation 2 feet or less below maintain all excavations free from detrimental quantities of subgrade, unit contract prices for roadway excavation and haul leaves, brush, sticks, trash and other debris until final shall apply. If he orders excavation more than 2 feet below acceptance of the Work. subgrade, that part below the 2-foot depth shall be paid for as Following removal of topsoil or excavation to grade provided in Section 1 04.4 Item 3 of this payment section. In and before placement of fills or base course, the subgrade this case,all items of work other than roadway excavation shall under the roadway shall be proofrolled to identify any soft be paid at unit contract prices. or loose areas which may warrant additional compaction or The unit contract price per cubic yard shall be full pay for excavation and replacement. excavating, loading, placing, or otherwise disposing of the The Contractor shall provide temporary drainage or material. FeF haul the unit eentract pFiee as previde" - protection to keep the subgrade free from standing water. Seetien 2 04 shall apply,emeept when the pay item is shown as Acceptable excavated native soils shall be used for fillineluding haul. in that eas tThe unit contract price per cubic in the area requiring fills. Care shall be taken to place yard shall include haul. excavated material at the optimum moisture content to 3. "Unsuitable Foundation Excavation",per cubic yard. achieve the specified compaction. Any native material used The unit contract price per cubic yard for "Unsuitable for fill shall be free of organics and debris and have a Foundation Excavation" shall be full pay for excavating, maximum particle size of 6 inches. loading, and disposing of the material. F^- haul the ^ It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with when the bid item is shown as ineluding haul. In that ease water. The measures may include sloping to drain, tThe unit contract price per cubic yard shall include haul. compacting the native materials,and diverting runoff away from the materials. If the Contractor fails to take such preventative measures,any costs or delay related to drying r-ernpaet:on" hall be f•„ pay c _ all ,^ teFiai ,,beF ;eel, the materials shall be at his own expense. and incidentals fequired. The quan .ties r,.. If the native materials become saturated,it shall be the ,„,,,,nkfnent eompaetien ,.{,,,wn in the proposal afe estimates responsibility of the Contractor to dry the materials,to the en!y. The Engineer will be the sole judge of the , to l optimum moisture content. If sufficient acceptable native quantiIies eedec soils are not available to complete construction of the When embaRkments are Enade by Method A, Payment roadway embankment,Gravel Borrow shall be used. for embankment compaction will not be made as a separate If subgrade trimmer is not required on the project, all item. All costs for embankment compaction shall be included portions of Section 2-03 shall apply as though a subgrade in other bid items involved. trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of 2-04 Haul the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Specifications shall be used. FOLLOWS: SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE 2-04.5 Payment(RC) FOLLOWING: 2-03.4 Measurement(RC) - 4- "liaul> fer UB4. The Contracting Agency will use the following methods All costs for the hauling of material to,from,or on the to measure work performed unless specific exceptions in other job site shall be considered incidental to and included in the sections provide otherwise: unit price of other units of work. 1. At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in Page-SP-29 Revision Date: 05/17/95 (12:54 PM) 2-06 Subgrade Preparation 2-09 Structure Excavation If the contract includes structure excavation,Class A or B, 2-06 Subgrade Preparation including haul,the unit contract price shall include all costs for loading and hauling the material the full required distance, SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE otherwise all such disposal costs shall be considered FOLLOWING: incidental to the work. SECTION 2-09.3(4)IS REVISED AS FOLLOWS: 2-06.5 Payment(RC) 2-09.3(4) Construction Requirements,Structure Subgrade preparation and maintenance including Excavation,Class B(RC,SA) watering shall be considered as incidental to . the If workers enter any trench or other excavation 4 feet or construction and all costs thereof shall be included in the more in depth that does not meet the open pit requirements of appropriate unit or lump sum contract bid prices. Section 2-09.3(3)B, it shall be shored or other safety method constructed in conformance with WISRA requirements. 2-07 Watering SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS. SECTION 2-07.4 IS REVISED AS FOLLOWS: 2-09.4 Measurement(RC,SA) 2-07.4 Measurement(RC) Gravel backfill. All gravel backfill will be measured by orate_shall he-^ _ed by• nks, tank t .eks of knew the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with C-Antmr#srshall supply and install any fnetefs at ne expense to section 1-09.2. the GentraetingAgeney. Shoring or Extra Excavation. No specific unit All costs of watering shall be included in,or considered measurement shall apply to the lump sum item of shoring or incidental to other items of work. extra excavation Class A. Shoring or extra excavation Class B will be measured by the square foot as follows: SECTION2-07.5 IS REVISED AS FOLLOWS. alhe_e the t_eneh : tea*� ae .h eF4 feet effneF ...� _h.._:.,., .,_t_ueted .._the eaFth f ees a exea.eted te 2-07.5 Payment(RC) Pa. ,ment ..will he made in eee.._.1anee..with Seet:en 1 04 t, .., ee..w._ed en each .wide of the t_eneh e_ e.w,..,ya4ien where such _the following bid itemite when it: neluded in the p l.sa .._l. pe_f.._..e.7 t,deasWemeat will be ade f e.., the 4-. "W@{ei"',peF N4 gad existing line ef f_ the e.,t liHes of designated All costs of watering shall be included in,or considered incidental to other items of work. The area for payment 2-09 Structure Excavation will be one vertical plane measured along the centerline of the trench, including structures. Measurement will be SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE made from the existing ground line to the bottom of the FOLLOWING: excavation and for the length of the work actually performed. If the contract includes a pay item for grading to remove materials, the upper limit for measurement will 2-09.1 Description (RC) be the neat lines of the grading section shown in the Plans. This work also includes the excavation, haul, and The bottom elevation for measurement will be the bottom disposal of all unsuitable materials such as peat, muck, of the excavation as shown in the Plans or as otherwise swampy or unsuitable materials including buried logs and established by the Engineer. stumps. SECTION 1-09.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS. 2-09.3 Construction Requirements 2-09.5 Payment SECTION 2-09.3(1)D IS REVISED AS FOLLOWS: Payment will be made for the following bid items when 2-09.3(1)D Disposal of Excavated Material(RC) they are included in the proposal: All costs for disposing of excavated material within the 1. "Structure Excavation Class A",per cubic yard. project limits shall be included in the unit contract price for 2. "Structure Excavation Class B",per cubic yard. structure excavation, Class A or B. if hewe..e_ the r',.^tFaCle 3. "Structure Excavation Class A Incl. Haul", mus;load and haul the FnateFial to a dispesal site,the State wil per cubic yard. pay as :ded Seefien l 94.4 feF leading and hauling. The 4. `Structure Exca-vation Class B Incl. Haul", giaie will not pay fbF handling at the disposal site. Any sueh per cubic yard. ddisp sal shall..,eet the_e.,..:_eme..ts of Section 2 03 The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, Page-SP-30 Revision Date: 05/17/95 (12:54 PM) 5-01 Subsealing 5-04 Asphalt Concrete Pavement materials,tools,equipment,and pumping,or shall be included in the unit bid price of other items of work if "Structure DIVISIon 5 Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the contract. Surface Treatments and Pavements 6. "Shoring or Extra Excavation Class B", per square foot. 5-01 Subsealing 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. SECTION 5-01.2 HAS BEEN REVISED AS FOLLOWS. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as 5-01.2 Mix Design backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by The standard mix design for subsealing is as follows: unit price shall be calculated by the Engineer only for the 1 part(by volume)Portland cement Type I or 11 neat line measurement of the excavation and shall not 3 parts(by volume)pozzolan(natural or artificial) include the extra excavation beyond the neat line. 2.25 parts(by volume)water If there is no bid item for shoring or extra excavation Any deviation from the dry mix portion (Portland cement Class B on a square foot basis and the nature of the excavation and pozzolan) shall be approved by the Engineer. The water is such that shoring or extra excavation is required, then content may be varied by the Contractor as required for local shoring or extra excavation shall be considered incidental conditions. Pozzolan shall meet the requirements of ASTM C to the work involved and no further compensation shall be 618-80 Class C,F,and N. made. 7. "Gravel Backf ill(Kind)for(Type of Excavation), equal as an expanding agent toe€€sel shrinkage. The per Cubic Yard or per Ton". propeFtiens shall be approved by the ERgifleff. . When gravel backfill is paid by the ton, the The Ge:tr..ctc, shall add a liquifief andFedueing Contractor shall take care to assure to the satisfaction of agent apgreved by the Engineer. The PFOPertiens shall be- the Engineer that such per ton backfill is only being used appFek,ed by the EngineeF. for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence 5-04 Asphalt Concrete Pavement 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. SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS FOLLOWS. Division 3 5-04.3(8)A Acceptance Sampling and Testing 1. General.Acceptance of asphalt cement concrete shall Production From Quarryand Pit p , , be as-provided under=�e4-� a nonstatistical Sites and Stockpiling acceptance. Determination of statistical—or nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items No supplemental specifications were involving mix of a specific class. necessary for Division 3. Dense graded mixes(asphalt concrete pavement Classes A, B, E, F, and G)shallwill be evaluated for quality of gradation on a dailylot basis by the Contractor. This gradation analysis shall be DIVISIon 4 based on WSDOT Test Method 104 and the Bases results delivered to the Contracting Agency by noon of the following working day. This No supplemental specifications were information shall be used by the Engineer to evaluate conformance with Section 9-03.8(6)A.2. necessary for Division 4. an4 A--asphalt content shall be tested at the Eengineer's discretion if the Compaction Pay Factor(Section 5-04.3(10)B)falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the contractor. If the independent sample gradation varies from the Contractor's data by more than ± 3% for sieve sizes greater than 1/4" and ±2% for sieves smaller than the No. 10, then the costs of the sampling and testing shall be borne by the Contractor. If the tTest results vary from the Page-SP-31 Revision Date: 05/17/95 (I2:54 PM) 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Contractor's data -are within the ranges listed the test FeSUhS obtained f em the above , then the cost of - w 'es shall be eN,aluated elle el. and shall sampling and testing will be borne by the Contracting Agency.Ope: griped Fnixes (asph^'' eefieFete pa% ent Glass n) will he evaluated f fn quality pf ffadation only, Testing will be based wFitten appreval of the Engineer. The JMF (job Mix c,.-.....4 is defineddefined aeseribea in Section 9-03.8(6)A (Basis of Acceptance). The Contractor may not make any changes T- WSDO unless speeifleally ffeVided etheFwis to the JMF without prior written approval of the cYee al PF Gent.^^r:^ agencies ,.the_ the Engineer. vn than WSDOT must speeifieally invoke statisti ^1 The GOHiFa6tOFFna5'Fequest a ehange in the aceeptanee ..the.Special Pfevisions if it is ae ^.+. 44F. if there quesx'—=s a^pprvycv ^'-arc Statistical--AeeeRtaHee, (1) applies enly to ...ateFi:l predueea •p te the time of the ch^. e WSDOT pm�eEts (2) is ^a.,,:^:..teFed nde. the Previsions of Seetien 5-04.3(i) -fur Qual:I5 and -A neVA, 'at will begin. The quantity Assaranee PFiee Adjustments-and-evaluation sublet. Sampling and testing f^- statistmeal the pro �BF that class ef Mix exe-eed aeeeptanee shall be pew^^ed-en a Fan 2,500 tons. - basis at the 4equeney of o sample pe „hl„t Nensta4isiieal AeeeptanEe will be used, (1) fbF a with a minimum of fiN,e sublets per elass ef class of mix ,when the pfeposal quantities for rh..♦ Sublet size shall he determined ♦e the neaFes class mix Ke-less than 2,500 tails-,tea-(2) all 100 tons to pra�,ide net less than five unife ..tfaets adyei4ised aFded and all.. iniste-e.l by sized., sublets, based e pFopesal quantities, with the-thanmum 2. Aggregates. Aggregates will be accepted for sand Sampling and testing for nonstatistical equivalent and fracture based on their conformance acceptance shall be performed on a random to the requirements of Section 9-03.8(2). wiiheat basis at a minimum frequency of one sample for each sublot of 400 tons or each days 3. Asphalt Cement. Asphalt Cement will be production, whichever is least. When proposal accepted for tests based on their conformance to quantities exceed 1,200 tons for a class of mix the requirements of Section 9-02.1(43). Testing of under nonstatistical acceptance, sublot size shall asphalt properties to assure certification shall be be determined to the nearest 100 tons to provide the responsibility of the contractor. If the vendor not less than three uniform sized sublots, based or grade of the asphalt cement changes,a new job on proposal quantities, with a maximum sublot mix formula (JMF) shall be evaluated and size of 800 tons. approved. C. Test Results. The Engineer will furnish the 43. Asphalt Concrete Mixture Contractor with a copy of the results as they A. Sampling become available. of all aeceptance testing (1) A sample will not be obtained from either Pe.r FFned in the field by 7:00 a.m. the ..,erns^^ the first or last 25 tons of mix produced in of-the-eelit ay anft ef sampling. F feF each production shift. nighttime W60' "h ^ f^^.r hourrs-afeF th (2) Samples f,.. e pliance Of gFad^tf..n an b-Ii...,........1 4t1e.. xt p shift.The Engineer asphal! eemew conlew A-vill he obtained Em will also pfevide, by neon ef the The GOHtFaCteF shall pFevide adequat of!he eempleied sublets after thFee sublots have Plarfo;,;rs ta-enable samples When a been predaeed. sample from uncompacted mix is D. Test Methods.When sample testing of asphalt needed, the Contractor shall ensure that content is necessary, Aacceptance testing for the samples can - be obtained in compliance of asphalt ^^^ will use the accordance with WSDOT Test Method Nuclear Asphalt Gauge Procedure; WSDOT 712. The platforms shall allew the sample Test Method 722-T. When sample testing of ie be taken witheut the Engin gradation is necessary,Aacceptance testing for the haeliRg vehicle. compliance of gradation will use the Quick B. Definition of Sampling Lot and Sublot. For the Determination of Aggregate Gradation using purpose of acceptance sampling and testing, a Alternate Solvent Procedure: WSDOT Test lot4s is-3hal14+e defined as the total quantity of Method 723-T. material or work produced for each job mix E. Reject Mixture formula (JA1F). Only one lot per INIF is (1) Rejection by Contractor. The Contractor expected to occur. PBF eaeh job mix ferymla may,prior to sampling,elect to remove any (:1N ly defective material and replace it with new selected samples tested �OF a nee 1-of material at no expense to the Contracting Page-SP-32 Revision Date: 05/17/95 (12:54 PM) 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement Agency. Any such new material will be A Partial-c��-1n addition to !h sampled, tested, and evaluated for acceptance. te,ti the Engineer may also isolateffem Rejection - by Engineer Without a 51--h-1164. al that Test ingWith ut Testing. The Engineer suspeeted of being def�etive in gFadation OF may, without sampling, reject any batch, asphalt eemem eenient. Such isolated load, or section of roadwayany batch load, OF seetien Of FGadway sublot e-f loeation. A -n3+n+muFH of t,nee-Fandon material that appears defective in , :;ples of the suspeet materi 1 will ,�� gradation or asphalt eement content. obtained and tested. The .. al • i" then Material rejected before placement shall be evaluated fef: pr+ee-adju ......... ..et t i not be incorporated into anythe pavement. aeCOrda nee with the statistical aeeeptane Any rejected section of compacted section. This FnateFial Will be eens;dered feadwa,,pavement shall be removed. sepaFaie let. When the isolated mateFial overlaps the ,f: between ate al. No payment will be made for the rejected sublots, the Fesulting two a4jeining paFtial materials or the removal of the materials sublots will be eembined onto a single In unless the Contractor requests that the . rejected material be tested. If the (4-) An EHt"Fe SUblOt0,�. if an entire sublot is Ccontractor elects to have the rejected ._. material tested, a minimum of three random samples ffem thi representative samples will be obtained and Su--o-1 wi.. obtained and the sublet tested. Representative samples to be independent lot with the removed for testing from compacted ial test result e'-ded aq Fi r4f4h tes pavement shall be removed by coring. w4h the ne�, lot of h the oFiginal let based On e8Rf'OFFRaflee with the statist: (-57 i bet in 12FOgFess. The ContFactof shall acceptanee specification. 4the CDC f9F the reTeeted material-is less than 0.5,He alpha payment ill be ade for the ea as the engineer is satisfied that FnateFial, and in addition. tThe east &f specific tien material ean be ffedueed „hene,•e.tile C.,.,,...,S:te 1'a, r:.,..t.,. (C-PF tl� Eontfactef. However, W th f0F a lot in PFOgFeSS� greateF than 0.75, the eest of sampling and a, 9 _ testing will he baFne by the Contracting action,OF Agen alld the FA .ill he sated ., �., is less t T e. CDr of n;5 Tf eAe !!,1 A., rl_ ti Fe AnentiFe to th CDr Of le I laeement and the CnC' is greatOF than n?c C�'7 than 075 will be retec-ted. The designated compensation foF the fe teal ,ill he pefeentage FedU61i0A as .aimed Section Cnr of 0.74 an ah addition ,.f 1 06.2(2)Bm I n PeFCOBI Of theUnit e8HtFaG1 added 4-.4tet„ 2 shall he 25 .. #or— placement and re;ri�=et SECTION 5-04.03(10)A ISSUPPLEVENTED BYADDIN'G ee is.4cceptance the initially rejected THE FOLLOii'!N'G: sespeeted material will use the acceptance sampling and testing methods. If the material does not fall 5-04.3(]0)A General (RC) within the job mix formula tolerances of The Contractor shall not use vibration when Section 9-03.8(6)A, the mix will be compacting on a street where A.C. Line (Transite) is in rejected and all costs associated with place (refer to City of Renton Comprehensive Water sampling, testing and removal shall be System Plan to identify locations of A.C. lines.) borne by the Contractor. The rejected SECTION 5-04.3(10)B IS REVISED AS FOLLOWS: material must be removed and replaced with new material at no expense to the 5-04.3(10)B Control Contracting Agency. If the material falls Asphalt concrete pavement Classes A, 13, E, and F used in within the job mix formula tolerances, traffic lanes. including lanes for ramps, truck climbing. the mix will be accepted for quality of weaving. and speed change. and having a specified compacted mix but will remain subject to the course thickness greater than 0.10 foot. shall he compacted to a compaction adjustment of Section 5- specified Ic\el of'relative density. The testing shall occur on 04.3(10) and all costs associated with a sublot basis using the-definition of a sublot described in sampling and testing will be borne by Section 5-04.3(8). The specified level of relative density shall the Contracting Agency. be a-4L cHi)pe-7site '�'��;�4,L)r--(CPF) of Hot less than-l-f4-w-1 n evaluated---its-a�+rc#atx�---�vit lt-�,ect+�a+r--a-I1E�-?{-l-k-tr:Yit�-a Pni7e-SP-33 Revision Date: 05/17/95 (12 54 PM) 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement fninimum of 924.0 percent of the reference maximum density the basis of a test point evaluation of the compaction train. The as determined by 3AISDOT Test Methed 705. The reference test point evaluation shall be performed in accordance with maximum density shall be determined as that developed in instructions from the Engineer. The number of passes with an the job mix formula (JNIF)Ihe meving aN,effige ef the fries approved compaction train,required to attain the maximum test Feeent fi.,e ,fete....; ens f Fer the lot of asphalt eanei:eie point density,shall be used on all subsequent paving. bent;-prodaeedplaeed. If the Contractor chooses,a moving Asphalt Concrete Class D and preleveling mix shall be average of the three most recent tests of maximum density compacted to the satisfaction of the Engineer. may be determined through the use of WSDOT Test In addition to the randomly selected locations for tests of Method 705 by the Contractor at the Contractor's expense. the density, the Engineer may also isolate from a normal lot The specified level of density attained will be determined by any area that is suspected of being defective in relative density. the statistieal evaluation by the average of three- we nuclear Such isolated material will not include an original sample density gauge tests taken in accordance with WSDOT Test location. A minimum of three-3 randomly located density Method 715 on the day the mix is placed (after completion of tests will be taken. The isolated area will then be evaluated for the finish rolling) at randomly selected locations within each price adjustment in accordance with this the sal sublot.density let. The quantity Feffesented withieby—eaeh aeeeptanee section,considering it as a separate-sublotlet. density lot will be He gFeateF than a single day's PFBEJUetiffli OF SECTION 5-04.3(14)IS DELETED AND REPLACED BY. The Engineer will • furnish the Genti:a with a copy of the results of all 5-04.3(14) Planing Bituminous Pavement(SA) acceptance testing performed in the field as soon as the results The planing shall be performed with a milling machine are available of a type that has operated successfully on work afief testing,� he „e.. paving c�;r comparable with that to be done under the contract and beginning . Pavement compaction shall be approved by the Engineer prior to use. below 89 percent of the reference maximum density shall The surface of existing pavements or the top surface of not be accepted. Relative densities falling between 89 subsurface courses shall be planed to remove irregularities percent and 92 percent shall be subject to the price and to produce a smooth surface. adjustments of Section 5-04.5(1)B. Acceptanee of paveme^' Planing shall be performed in a manner such that the compaction will be based on the ininimuin felatk,e density underlying pavement is not torn, broken or otherwise injured by the planing operation. The surface of the For compaction lots falling below a CPF of 1.00 pay underlying pavement shall be slightly grooved or faetei and thus subject to price reduction or rejection, cores roughened sufficiently to ensure a bond when overlaid. may be used as an alternativee to the nuclear density gauge 11 othe. debFi resulting f em the „lanin tests. When eeres flFe taken by the Gentnieting Ageeey at epeFatiens shall be disposed of by the GentmetE)r to th the request of the GORtFaete..' the), shell he F ested by satrsfaetion-of tlte-gt}gifleef. Unless ,.,he...,;se .. .:ded the workingnoon of the neNt day afteF PflViRg. 'A'hen eafes afe GeRtFa6tOF Shall pFevide a waste site for- the disposal of thes take., by the !'`entFaeting A genet' at the th,,, e . of rr,vccFrvrr G9Htf$ft9r, •he., shall be .equested by neen of the ne-NiI - When the Contracting Agency The Contractor shall keep the planings and remove them from the project, or stockpile the planings on requests cores and the level of relative density within a Contracting Agency Property, if a site is shown in the sublot is less than 92.0 percent,tThe cost ......_eting AgeHey Plans, for future use by the Contracting Agency. If the shall he -eimbur^e.+ for the-coring and testing shall be borne planings are not to be stockpiled for the Contracting by the Contractor. When the Contracting Agency requests Agency's use,the Contractor may utilize the planings in the cores and the level of relative density within a sublot is asphalt concrete pavement as specified in Section 5-04.2. greater than 92.0 percent, the cost for coring and testing All other debris resulting from the planing operations shall shall be borne by the Contracting Agency. expenses at '.h.= be disposed of by the Contractor to the satisfaction of the ..f$75 p when the „Its indieete the specified�'e a �e „ .e� �`�"l'`��level o f Engineer. Unless otherwise provided, the Contractor shall r eal.,::.a density within a suble lot- pefeent has^ot been achie e,, provide a waste site for the disposal of these materials. For mainline planing operations, the equipment shall At the start of paving, if requested bythe Contractor, a have automatic controls, with sensors for either or both compaction test section shall be constructed,as directed by the sides of the equipment,capable of sensing the proper grade Engineer, to determine the compactibilit}• of the mix design. from an outside reference line, or multi-footed ski-like Compactibility shall be evaluated as the ability of the mix to arrangement. The automatic controls shall also be capable attain a given quality level corresponding to a pay factor of 1.00 or greater referenced to the specifiedof maintaining the desired transverse slope. The.transverse minimum density slope controller shall be capable of maintaining the screed (924 percent of the reference maximum density determined by at the desired slope within plus or minus 0.1 percent. 3AISPOT Test lied 705). If a compaction test section is requested, a Compaction pay factor of 1.00 shall apply until compatibility is proven. Following determination of compactibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section,the mix will be considered compactible. Asphalt Concrete Classes A, B, E, F, and G constructed under conditions other than listed above shall be compacted on Page-SP-34 Revision Date: 05/17/95 (12:54 PM) 5-05 Cement Concrete Pavement 5-05 Cement Concrete Pavement section 5-04.3(14)A,heater planing is deleted. 5-05 Cement Concrete Pavement section 5-04.3(14)B,Cold planing is deleted. 5-05.3 Construction Requirements Section 5-04.5 is revised as follows: SECTION 5-05.3(1)A, THE SECOND SENTENCE UNDER 5-04.5 Payment NO. 3,MIX DESIGN MODIFICATIONS,IS REVISED TO READ: 6. "Misc and/or Driveway Asphalt Conc. Appr-eae� Cl._",per ton. This item,when included in the 5-05.3(1)A Alternate Concrete Mix Design For contract,includes asphalt paving for areas such as Paving(SA) driveways and traffic islands that are not part of A plus'or minus 100 pound variation in both the coarse other paving work. and fine aggregate target weights will be allowed from the 48: "job Mix Goinplionee Priee Adjustment," approved contractor provided mix design weights as a eeieufation. modification without resubmittal. 3A__h M-IN Ee tplianee Priee Adjustment" will be ^leulated and paid for as deseribed :-Sett, n 5 04.5(I)AT PARAGRAPHS 4, 5, 6, AND 7 OF SECTION 5-05.3(12) HAVE BEEN REVISED AS FOLLOWS: SECTION 5-04.5(1) QUALITY ASSURANCE PRICE ADJUSTMENTS IS DELETED. 5-05.3(12) Surface Smoothness(SA) SECTION 5-04.5(I)A IS DELETED AND REPLACED All areas representing high points having deviations in WITH THE FOLLOWING: excess of 0.3 inch as determined by procedures described in WSDOT Test Method 807 shall be reduced by abrasive means 5-04.5(1)A Price Adjustments for Quality of AC until such deviations do not exceed 0.1 3-inch as determined by Mix(RC) reruns of the profilograph. High areas of individual profiles Nonstatistical Acceptance-Each lot of asphalt concrete shall be reduced by abrasive means so that the profile index pavement produced and having all constituents falling will not exceed 0.7 inch in any 0.1 mile section. All high within the limits of the job mix formula shall be accepted at areas in excess of 0.1 inch shall be reduced to 0.0 inch prior the unit contract price. If the constituents of the mix fall to reducing any high points of 0.1 inch or less. outside the limits of the job mix formula,the mix shall not 4f4er rpd, ,.tiAn f all aFeas with high points : exeess of be accepted(see Section 5-04.3(8)Rejection of Mixture). 0.3 .^Ilel .,, tho ,. ..to..r.,^ will be h^�^a ,. ..C.1^ indexes ^ SECTION 5-04.5(I)B IS REVISED AND SUPPLEMENTED AS FOLLOWS: FneasUFed with the PFGfi , along a line paralie the a.i.. of pavement. The ^ ..t.,nee ..F.loindexes :11 }.a 5-04.5(1)B Price Adjustments for Quality AC taken at nat less than , oet f em the edge of pavement and Compaction (RC) each longitudinal jeifit and will net be., ged f6F a e.,r.nce For each sublot a Compaction purposes. High afeas of indi ,:dual profiles .than be'educed by Pay Factor incentive Driee Adjustment Faetff(t-roAF)will be abrasivefneans ,. that the p file index ;''ill exceed 0.7 determined based on the relative density of the tests. The neh 0.1 Tile ^ All high1. of n t following table lists the Compaction Pay Factors and their ineh shall be -oat eed to 0.0 inch pfieF to _educing ^ hig associated relative density.. The CIPA~ equals the di ff foeee p8ifitS Of0.1 ifie, OF less. betvl,een the Composite Pay Factor and .flit)' With _ aFd to When any of the daily profile indexes exceed 7.0 inches sign multiplied by 40 percent. The Gempaetion C-emplian-ee per mile, final acceptance of the pavement for smoothness parallel to the centerline will be based on profile indexes as measured with the profilograph, operated by the tons,and the unit contract priee PeF!OR Of . Contractor under the supervision of the Engineer, along a Relative Density Compaction Pay Factor line parallel to the edge of pavement and each longitudinal joint and will not be averaged for acceptance purposes. (average of three tests) The final acceptance profile indexes will be measured after >_92.0 1.00 all corrective work is complete and will demonstrate that 91.5 0.99 all 0.1 mile sections on the project are within the 0.7 inch 91.0 0.95 specification. When cement concrete pavement abuts bridges or Pavement90.5 0.91 , the finished 90.0 0.85 pavement parallel to centerline within 15 feet of the abutting 89.5 0.80 joint shall be uniform to atlegree that no variations greater than 89.0 0.75 1/8 inch are present when tested with a 10-foot straightedge. paFallel to existing concrete pavenient the maximum dai4y Page-SP-35 Revision Date: 05/17/95 (12:54 PM) 6-01 Structures 6-02 Concrete Structures ....file indez. f F the ad:aee"t 12feet lane shall be the of 7 ineheF and the "'"file de.i of the existing pavemen t 6-02 Concrete Structures existing pas,ement within 3 feet of the edge ef pavement. SECTIONS 6-02.1 THROUGH 6-02.3(6)D, EXCEPT THE FIFTH PARAGRAPH OF SECTION 5-05.3(19) HAS TABLE 6-02.3(6),ARE DELETED IN THEIR ENTIRETY BEENREVISEDAS FOLLOWS. AND ARE REPLACED BY THE FOLLOWING NEW SECTIONS 6-02.1 THROUGH 6-02.3(6)D,INCLUDING A 5-05.3(19) Reinforced Concrete Bridge Approach NEW CONTRACTING AGENCY-PROVIDED MIX Slabs(SA) DESIGNS CHART. Reinforced concrete bridge approach slab anchors shall be installed as detailed in the Plans. Fer MothAd A a..el.e_ 6-02.1 Description(SA) installations, the a e..t of adhesi used to install the aneheF.. Section 6-02 applies to the construction of all shall ha,e tFe..et,, ef• 4000 psi at structures (and their parts) made of Portland cement concrete with or without reinforcement. Any part of a structure to be made of other materials shall be built as M 183. Eempfessive strength shall be deteFmined in. these Specifications require elsewhere. aeeerdanee with A A S17TO T 106. The—anehers—shall be ..stalled Fallel both to ...file Fade "d e.,teF line-ef 6-02.2 Materials(SA) The Materials shall meet the requirements of the following anchor rods shall conform to ASTM A 307. The steel plates sections: shall conform to AASHTO M 183. The anchors shall be Portland Cement 9-01 installed parallel both to profile grade and center line of Aggregates for Portland Cement Concrete 9-03.1 roadway. The Contractor shall secure the anchors to Gravel Backfill 9-3.12 ensure that they will not be misaligned during concrete Joint and Crack Sealing Materials 9-04 placement. For Method A anchor installations, the grout Reinforcing Steel 9-07 or adhesive used to install the anchors shall have a Epoxy-Coated Reinforcing Steel 9-07 minimum compressive strength of 4000psi at three days Prestressed Concrete Girders 9-19 and be capable of developing the ultimate strength of the Curing Materials and Admixtures 9-23 Fly Ash 9-23 anchor rod. Compressive strength shall be determined in Plastic Waterstop 9-24 accordance with AASHTO T 106. Water 9-25 THE LAST PARAGRAPH OF SECTION 5-05.5 IS Elastomeric Bearing Pads 9-31 REVISED AS FOLLOWS: 6-02.3 Construction Requirements(SA) 5-05.5 Payment (SA) All costs for providing, placing, and compacting the 6-02.3(1) Classification of Structural Concrete(SA) crushed surfacing top course and furnishing and installing The class of concrete to be used shall be as noted in the the compression seal shall be included in the unit contract Plans and these Specifications. The numerical class of price per cubic yard of"Cone.Class 4000 for Bridge Approach concrete defines the specified compressive strength at 28 Slab." days.The letter designations following the class of concrete identify specific uses. LS for Low Shrink applications P for Piling applications Division 6 W for Underwater applications Structures D for Deck applications The Contractor may request, in writing, permission to use a class of concrete with a higher compressive strength than specified. The substitute concrete shall be evaluated 6-01 Structures for acceptance based on the specified class of concrete.The Engineer will respond in writing.The Contractor shall bear THE SECOND SENTENCE OF PARAGRAPH 2,SECTION any added costs that result from the change. 6-01.9 IS REVISED TO READ: 6-02.3(2) Proportioning Materials(SA) The total Chloride ion (Cl-) content of the mixed 6-01.9 Working Drawings(SA) concrete shall not exceed 0.06 percent of cementitious The drawings shall be on sheets measuring 24 by 36 material for prestressed concrete nor 0.10 percent of inches, 11 by 17 inches, or on sheets with dimensions in cementitious material for reinforced concrete.Cementitious multiples of 8 1/2 by I I inches. material shall be the weight of cement plus fly ash,if used. Concrete for bridge decks, bridge approach slabs,and for Contracting Agency-provided mixes shall use only Class Page-SP-36 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures 1 fine aggregate.Concrete for slip-formed barrier may use Specified Compressive Strength at 28 days, 3000 psi Class 1 or 2 fine aggregate. minimum _ Unless otherwise specified, the Contractor shall use Cementitious Material,Pounds per Cubic 500 Ibs Type II Portland cement in all concrete. Yard,minimum(Not more than 25% of The use of fly ash for all classes of concrete other than cementitious material may be fly ash.) for Contracting Agency-provided mixes is optional.Fly ash, Coarse Aggregate Nominal Maximum Size 1-1/2 in if used, shall not exceed 25 percent by weight of the total Fine Aggregate Cl. I or 2 cementitious material in the concrete mix and all concrete within a class in a structure shall have the same proportion -For commercial concrete, the Contractor may use mobile of fly ash.The water to cement ratio shall be calculated on mixers that measure material by volume. the total cementitious material. As an alternative to the use of cement and fly ash as Contracting Agency-Provided Mix Designs separate components, a blended hydraulic cement Type codas W/AirCLOW0 W/AirCLUos codas W/AirCL4W ctl000w P P Y + YP w/A;r w/A1r w/Air IP(MS) or Type I (PM) (MS), may be used. The blended 2a Day Streapb 3000 3W 30tw am Jtwo 41000 cement shall be produced such that the maximum fly ash IC✓C.bic Yard c__1 540 5110 540 "a "0 f60 content of the cementitious material is 25 percent. Fly Aab Fix Ate,Clan 1 1315 1100 1130 1305 1090 13s0 Fix Ate.Clan I Coarse AM 02 1950 1950 19% Set Note 3 6-02.3(2)A Contractor-Provided Mix Design(SA) Coarse AM#5 1300 two S-Nate 3 The Contractor shall provide a mix design for concrete eo;-AMOS Class 6000 and 6000LS. For all other classes of concrete, Ma. /CRater 0.5 0-0 0.5 0.4 0.4 3_+d Mu W/C R. 0.5d 0_SO O.JS O.JJ O.JJ 0.311 the Contractor may provide an alternate mix design to the y E.trai..d Air 6 6 6 Water Red.Type A Opt.1 OpW Req'd S.Note 2 see Note 2 Req'd Contracting Agency-Specified mix design.If the Contractor Water Reducer/ elects to provide an alternative for Class 4000P or Class w,Reedd-er 4000D, the proposed mix shall provide a minimum fly ash Type FarG content per cubic yard of 100 Ibs.and 75 lbs.respectively. CL40MIS C1,4 WD Cutw0D1S CLAONP C1_54101:1 C13do0L For concrete designated as LS (Low Shrink) or w/Air W/Air W/Air w/Air w/Air 28 concrete designated as W (underwater placement), the (pai)D., str<.pb 4000 Jtwo Jaw Jtwd stwd sddd maximum water cement ratio shall be as shown in Section 1baJ C.bk Yard Ceare.t 6" "a "0 610 725 725 6-02.3(2)C. For concrete Class 6000LS, the Contractor- Fly AM 75 75 too Fix Ate.Class 1 1130 1100 1175 1840 1070 provided mix design water cement ratio shall not exceed Fix AM Class 2 1160 CO Am 02 0.36. Co AM Y5 1370 1700 1700 1400 1440 The Contractor's submittal of a mix design shall co;—AM#8 "'S0 400 410 provide a unique identification for each mix design and Max water 0.3 0.3 0-3 add 0.0 260 P q g Max W/C Ratio 0.]8 0.39 0,36 0.3! d.JO 0.36 shall include the mix proportions per cubic yard and the %E.traixdAir 6 6 6 6 6 Water Red.Trpe A Req'd Req'd Req eq'd R 'd Req'd proposed sources. Concrete placeability, workability, and W.tee Radxer/ Ret Type D Opt.1 Opt.1 Req'd strength shall be the responsibility of the Contractor. The WaterRrdxer see Contractor shall notify the Engineer in writing of any mix References Aggregate weights Based on Specific Gravity of 2.67. Actual design weight modifications. weights will be adjusted for varying Specific Gravities. Fine aggregate shall conform to Section 9-03.1(2)Class Note 1: See 6-02.3(3)D I or Class 2. Note 2: Required where aggregate qualification is based on use of water reducer Coarse aggregate shall conform to Section 9-03.1(3), Note 3: 1870 pounds of either Coarse Agg#2 or Coarse Agg#5 Grading No.2,5,or 6,or to Section 9-03.1(4).The nominal maximum size aggregate shall be 3/4 inch for all classes 6-02.3(2)C Contracting Agency-Provided Mix except Class 3000, 4000P, and 4000W. The nominal Designs(SA) maximum size aggregate for Class 3000 and 4000W shall be The specified compressive strength at 28 days and mix 1-1/2 inches. The nominal maximum size aggregate for proportions for the Contracting Agency-provided mix Class 4000P shall be 1/2 inch. designs are listed in the Contracting Agency-provided mix Water reducing/retarding admixture for concrete design chart. Class 4000P shall conform to the requirements of Section 9- Concrete Class 5000, Contracting Agency-provided 23.6 Type D. High range water reducing admixtures shall mix design, shall be supplied from concrete plants with an conform to the requirements of Section 9-23.6 Type G. established standard deviation not to exceed 600 psi. To establish a standard deviation for a concrete plant, 6-02.3(2)B Commercial Concrete(SA) the results of at least 30 consecutive compression tests will Where concrete Class 3000 is specified for luminaire be required except as noted below.The cylinders shall be 6 bases, plugging culverts, concrete collars, sign foundations, inch by 12 inch test specimens and shall be made, handled, guardrail anchors,culvert headwalls,sidewalks,curbs,and and stored in accordance with VVSDOT Test Methods 809 gutters the Contractor may use commercial concrete. (Method 1) and tested in accordance with WSDOT Test Commercial class concrete shall not be used for bridges, Methods 801 and 811. Each set of at least two test retaining walls,or box culverts. specimens shall be made from separate batches of Commercial class concrete shall conform to the production concrete within the last twelve months and following: Page-SP-3 7 Revision Date: 05/17/95 (12:541 M) 6-02 Concrete Structures 6-02 Concrete Structures a) The production concrete shall be made with Contractor provided mixes. Use of set retarding or similar materials and conditions to those reducer/retarder admixtures in Contracting Agency anticipated for the proposed concrete provided mix designs requires the Engineer's approval. b) The production concrete compressive strength shall be greater than or equal to 0.8 f c of the 6-02.3(3)D High-Range Water Reducing proposed concrete. Admixture(SA) The standard deviation, (S), shall be calculated as A high-range water reducer (superplasticizer) may be follows: used in all Contractor provided mix designs. The use of a high-range water reducer shall be submitted as a part of S=(((n(Ex2)-((Ex)2)/(n(n-1)))1n the Contractor's concrete mix design. where: The Contractor may request the use of a high range n =total number of test values water reducer in Contracting Agency-provided mix Ex2 =summation of the squares of individual test designs. If the request is approved, the Contractor shall be values responsible for the concrete performance as defined in (Ex)2 = summation of the individual test values Section 6-02.3(2)A. squared 6-02.3(4) Ready-Mix Concrete(SA) If the Contractor's concrete production facility does All concrete, except Commercial Concrete, shall be not have sufficient number of compressive test results to batched in a prequalified manual, semi-automatic, or meet the 30 test requirement,but does have test records for automatic plant as described in Section 6-02.3(4)A. If the 15 to 29 consecutive tests,the standard deviation calculated plant has not been prequalified, the Contractor shall from these available tests may be used if after the provide written notification to the Engineer two weeks calculation the standard deviation is first multiplied by the prior to anticipated use of the batch plant to allow for appropriate factor given the following table: Contracting Agency inspection. Information concerning NRMCA certification may be obtained from the National Number of Tests Factor for Increasing the Ready Mix Concrete Association at 900 Spring Street, Standard Deviation Silver Springs, MD 20910. The Engineer is not responsible 15 1.16 for any delays to the Contractor due to problems in getting 20 1.08 the plant certified. 25 1.03 30 or more 1.00 *interpolate linearly for intermediate number of tests. 6-02.3(4)A Qualification of Concrete Suppliers (SA) 6-02.3(3) Admixtures(SA) Prequalification may be obtained through an annual Concrete admixtures shall be added to the concrete inspection conducted by the Contracting Agency or, as an mix at the time of batching the concrete or in accordance alternate, through certification by NRMCA, or by an with the manufacturer's written procedure and as independent evaluation certified by a professional engineer approved by the Engineer. A copy of the manufacturer's and using NRMCA or Contracting Agency quidelines. The written procedure shall be furnished to the Engineer prior Contracting Agency inspection and the NRMCA to use of any admixture. Any deviations from the certification have similar requirements for plant and manufacturer's written procedures shall be submitted to delivery equipment. the Engineer for approval. Admixtures shall not be added For central-mixed concrete, the mixer shall be to the concrete with the modified procedures until the equipped with a timer that prevents the batch from Engineer has approved them in writing. discharging until the batch has been mixed for the prescribed mixing time. A mixing time of one minute will 6-02.3(3)A Compatibility(SA) be required after all materials and water have been Admixtures'from different manufacturers shall not be introduced into the drum. Shorter mixing time may be used together unless the Contractor provides written allowed if the mixer performance is tested in accordance documentation verifying that the admixtures are with Designation 26, Variability of Constituents in compatible in combination with all other ingredients of the Concrete, Concrete Manual, U.S. Department of the concrete. Interior (ASTM C94-86b Annex Al Concrete Uniformity Requirements).Tests shall be conducted by an independent 6-02.3(3)B Air-Entrainment Admixture(SA) testing lab or by a commercial concrete producer's lab. If An air entraining admixture shall be used to air the tests are performed by a producer's lab, the Engineer entrain concrete.Air entrained cement shall not be used. or a representative will witness all testing. For shrink-mixed concrete, the mixing time in the 6-023(3)C Water-Reducing Admixture(SA) stationary mixer shall not be less than 30 seconds or until A water reducing admixture shall be used on the ingredients have been thoroughly blended. Contracting agency provided mixes as shown on the mix For transit-mixed or shrink-mixed concrete, the design table. mixing time in the transit mixer shall be a minimum of 70 The Contractor may use a set retarding admixture or a revolutions at the mixing speed designated by the combination water reducer and retardant admixture in all manufacturer of the mixer. Following mixing, the concrete in the transit mixer may be agitated at the manufacturer's Page-SP-38 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures designated agitation speed. A maximum of 320 revolutions 2. For the second violation, the Engineer will give (total of mixing and agitation) will be permitted prior to written notification and the State will accept the discharge. concrete with a price reduction equal to 15 All transit-mixers shall be equipped with an percent of the invoice cost of the concrete that is operational revolution counter and a functional device for supplied from the point of the infraction until the measurement of water added. All mixing drums shall be deficient condition is corrected. free of concrete buildup and the mixing blades shall meet 3. For the third violation, the concrete supplier is the minimum specifications of the drum manufacturer. A suspended from providing concrete until all such copy of the manufacturer's blade dimensions and deficiencies causing the violation have been configuration shall be on file at the concrete producer's permanently corrected and the plant and office.A clearly visible metal data plate(or plates)attached equipment have been reinspected and meets all to each mixer and agitator shall display: (1) the maximum the prequalification requirements. concrete capacity of the drum or container for mixing and 4. For the fourth violation, the concrete supplier agitating, and (2) the rotation speed of the drum or blades shall be disqualified from supplying concrete for for both the agitation and mixing speeds. Mixers and one year from the date of disqualification. At the agitators shall always operate within the capacity and end of the suspension period the concrete supplier speed-of-rotation limits set by the manufacturer. Any may request that the facilities be inspected for mixer,when fully loaded,shall keep the concrete uniformly prequalification. mixed. All mixers and agitators shall be capable of discharging the concrete at a steady rate. Only these 6-02.3(4)B Hand Mixing(SA) transit-mixers which meet the above requirements will be The Contractor shall not hand mix concrete except in allowed to deliver concrete to any state project covered by emergencies and then only with written permission from these Specifications. the Engineer. Hand mixing is never permitted for concrete In transit-mixing, mixing shall begin within 30 seconds to be placed in water. after the cement is added to the aggregates. If the Engineer permits, hand mixing shall be done on Central-mixed concrete, transported by truck a watertight platform in a way that distributes materials mixer/agitator, shall not undergo more than 250 evenly throughout the mass. Mixing shall continue long revolutions of the drum or blades before beginning enough to produce a uniform mixture. No hand mixed discharging. To remain below this limit, the suppler may batch shall exceed 1/2 cubic yard. agitate the concrete intermittently within the prescribed time limit. When water or admixtures are added after the 6-02.3(4)C Consistency(SA) load is initially mixed, an additional 30 revolutions will be The maximum slump for concrete shall be: required at the recommended mixing speed. 1. 3.5 inches for vibrated concrete placed in all For each project, at least biannually, or as required, bridge roadway slabs, bridge approach slabs, and the Engineer will examine mixers and agitators to check for flat slab bridge superstructures. any buildup of hardened concrete or worn blades. If this 2. 4.5 inches for all other vibrated concrete. examination reveals a problem,or if the Engineer wishes to 3. 7 inches for non-vibrated concrete. (Includes test the quality of the concrete, slump tests may be Class 4000P) performed with samples taken at approximately the 1/4 and When a high range water reducer is used, the 3/4 points as the batch is discharged. The maximum maximum slump listed above may be increased an allowable slump difference shall be as follows: additional 2 inches while the concrete is affected by the If the average of the two slump tests is <4 inches, the admixture. difference shall be <1 inch or if the average of the two slump tests is >4 inches, the difference shall be <I 1/2 inches. 6-02.3(4)D Temperature and Time For Placement If the slump difference exceeds these limits, the (SA) equipment shall not be used until the faulty condition is Concrete temperatures shall remain between 60F and corrected. However, the equipment may continue in use if 90F while it is being placed. longer mixing times or smaller loads produce batches that The batch of concrete shall be discharged at the pass the slump uniformity tests. project site no more than 1.5 hours after the cement is All concrete production facilities will be subject to added to the concrete mixture. The time to discharge may verification inspections at the discretion of the Engineer, be extended to 1.75 hours if the temperature of the concrete Verification inspections are a check for: current scale being placed is less than 75F. With the approval of the certifications; accuracy of water metering devices; accuracy Engineer and as long as the temperature of the concrete of the batching process; and verification of coarse being placed is below 75F, the maximum time to discharge aggregate quality for Contractor-provided mix designs. may be extended to two hours. When conditions are such If the concrete producer batch plant or delivery that the concrete may experience an accelerated initial set, equipment fails to pass the verification inspection, the the Engineer may require a shorter time to discharge. following actions will be taken: 1. For the first violation, a written warning will be 6-02.3(4)E Air-Entrainment (SA) provided. Air content shall be between 4.5 percent and 7.0 percent for all concrete placed above the finished ground Page-SP-3 9 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures line.Air entrained concrete will be permitted for use below Admixtures brand,quantity per/100 wt.,and total finished ground line provided the Contractor assumes quantity batched responsibility for compressive strength. Air-Entraining Admixture Water Reducing Admixture 6-02.3(5) Acceptance of Concrete(SA) Other Admixture The Certificate of Compliance shall be signed by a 6-02.3(5)A General(SA) responsible representative of the concrete producer, other Concrete made in accordance with a Contractor- than the driver, affirming the accuracy of the information provided mix design will be accepted based on conformance provided. In lieu of providing a machine produced record to the requirement for temperature, slump, air content for containing all of the above information, the concrete concrete placed above finished ground line, or as adjusted producer may use the Contracting Agency-provided by the appropriate price adjustment for air content printed forms, which shall be completed for each load of deviation and slump deviation, and the specified concrete delivered to the project. compressive strength at 28 days as tested and determined by the Contracting Agency. 6-02.3(5)C Conformance to Mix Design (SA) Commercial concrete will be accepted based on Aggregate weights shall conform within plus or conformance to the requirements for temperature, air minusy2 percent of the mix design weights. Cementitious content for concrete placed above finished ground line, material weight shall conform within plus or minus 1 slump, or as adjusted by the appropriate price adjustment percent of the mix design weight. Water measured by for air content deviation and slump deviation, and the volume or weight shall not exceed the mix design amount specified compressive strength at 28 days as tested and by more than 1.5 percent. determined by the Contracting Agency. All weights shall conform to the mix design weights or Concrete made in accordance with a Contracting as modified in accordance with Section 6-02.3(2)C. Agency-provided mix design will be accepted based on conformance to the specified requirements for 6-02.3(5)D Test Methods(SA) proportioning,temperature,air content for concrete placed Acceptance testing will be performed by the above finished ground line, slump, or as adjusted by the Contracting Agency in accordance with WSDOT Standard appropriate price adjustment for air content deviation and Test Methods as set forth in the WSDOT Laboratory slump deviation,and 28 day compressive strengths. Manual. WSDOT Standard Test Methods to be used with this specification are: 6-02.3(5)B Certification of Compliance(SA) 801 Method of Test for Compressive Strength of The concrete producer shall provide a Certificate of Molded Cylinders Compliance for each truckload of concrete. The Certificate 803 Method of Sampling Fresh Concrete of Compliance shall verify that the delivered concrete is in 804 Method of Test for Slump of Portland Cement compliance with the mix design and shall include: Concrete 805 Method of Test for Determination ofypercent of Manufacturer Plant(Batching Facility) Entrained Air in Portland Cement Concrete Contracting Agency Contract No. 806 Method of Test for Weight Per Cubic Foot and Date Cement Factor of Concrete Time Batched 809 Method of Making, Handling, and Storing Truck No. Concrete Compressive Test Specimens in the Field Initial Revolution Counter Reading 811 Method of Capping Cylindrical Concrete Quantity(Quantity batched this load) Specimens Type of concrete by class and producer design mix The Contractor may observe any of the sampling and number testing performed by the Engineer. If the Contractor Cement Producer,Type,and Mill Certification No. observes a deviation from the specified sampling or testing A copy of the applicable cement mill certification shall procedures, the Contractor shall verbally describe the accompany the certification of compliance with deviations observed to the Engineer or designated the first load of concrete using the cement from representative immediately, and shall confirm these the identified shipment. observed deviations in writing to the Engineer within 24 Fly Ash (if used)Brand and Type hours. The Engineer will respond in writing within three Approved aggregate gradation designation working days of the receipt of the Contractor's written communication. Mix Design weights per cubic yard and actual batched weights for: 6-02.3(5)E Point of Acceptance(SA) Cement Determination of concrete properties for acceptance Fly Ash(if used) will be made based on samples taken as follows: Coarse Concrete Aggregate and moisture content Bridge decks, overlays, and barriers at the discharge (each size) of the placement system: Fine Concrete Aggregate and moisture content All other placements at the truck discharge. Water(including free moisture in aggregates) Page-SP-40 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures It shall be the Contractor's responsibility to provide After one set of tests indicate that the concrete is adequate and representative samples of the fresh concrete within specified limits, the remaining concrete to be to a location designated by the Engineer for the testing of placed may be accepted by visual inspection. concrete properties and making of cylinder specimens. Samples shall be provided as directed in Sections 1-06.1 6-02.3(5)H Sampling and Testing for Compressive and 1-06.2. Strength (SA) CONTRACTOR PROVIDED MIX DESIGN 6-02.3(5)F Water/Cement Ratio Conformance Acceptance testing for compressive strength for (SA) concrete produced in accordance with a Contractor- The actual water cement ratio shall be determined provided mix design or Commercial concrete shall be from the certified proportions of the mix, adjusting for on conducted at the same frequency as the acceptance tests for the job additions. No water may be added after acceptance temperature,consistency,and air content. testing or after placement has begun, except for concrete CONTRACTING AGENCY PROVIDED MIX used in slip forming. For slip-formed concrete, water may DESIGN be added during placement but shall not exceed the For concrete produced in accordance with a maximum water cement ratio in the mix design, and shall Contracting Agency-provided mix design, compressive meet the requirements for consistency as described in strength tests specimens shall be made at a frequency of Section 6-02.3(4)C. If water is added, an air and approximately every five truck loads unless the Contractor temperature test shall be taken prior to resuming elects to place this concrete as part of the minor deviation placement to ensure that specification conformance has material allowed in Section 6-02.3(5)I. Specimens for been maintained. acceptance of compressive strength of deviant material shall be made at the same frequency as for Contractor 6-02.3(5)G Sampling and Testing Frequency for provided mixes.Specimens for compressive strength testing Temperature,Consistency,and Air shall only be made from concrete that is accepted for Content(SA) placement. Concrete properties shall be determined from concrete as delivered to the project and as accepted by the 6-02.3(5)1 Limited Acceptance of Deviant Contractor for placement.The.Contracting Agency will test Material(SA) for acceptance of concrete for slump,temperature, and air A limited number of loads of Ready-Mix concrete may content,if applicable,as follows: be accepted having minor deviations from the Specification Sampling and testing will be performed before limits with an appropriate price adjustment. Placement of concrete placement from the first truck load.Concrete shall 10 loads or less may not include more than 3 loads with not be placed until tests for slump, temperature, and minor deviations. Placements involving more than 10 loads entrained air (if applicable) have been completed by the shall not have more than 1 additional load within these Engineer and the results indicate that the concrete is within limits for each additional 5 loads, or fractions thereof. A acceptable limits.Except for the first load of concrete,up to placement shall consist of all concrete of a given strength 1/2 cubic yard may be placed prior to testing for class placed during a 24 hour day. acceptance. Sampling and testing will continue for each All concrete whose slump and/or air content if load until two successive loads meet all applicable applicable deviates more than the allowed minor amount acceptance test requirements. After two successive tests and all loads in excess of the permissible number per indicating that the concrete is within specified limits, the placement will be rejected and shall be removed if placed sampling and testing frequency may decrease to one for before testing is complete. every five truck loads. Loads to be sampled will be selected in accordance with the random selection process as outlined 6-02.3(5)J Minor Deviations(Optional Placement in WSDOT Test Method 803 Section 4. with Price Adjustment)(SA) When the results for any subsequent acceptance test Within the above stated number of loads, concrete indicates that the concrete as delivered and approved by which exceeds the maximum slump by 1/2 inch or less, or the Contractor for placement does not conform to the which exceeds or is below the applicable air content by 1/2 specified limits the sampling and testing frequency will be percent or less will be rejected unless the Contractor elects resumed for each truck load. Whenever two successive to place this concrete with a price adjustment. If the subsequent tests indicate that the concrete is within the Contractor elects to place this concrete, the price specified limits, random sampling and testing frequency at adjustment for slump and /or air content deviation shall be one for every five truck loads may resume. calculated in accordance with the price adjustment Sampling and testing for a placement of one class of calculation specified below. concrete consisting of 50 cubic yards or less will be as listed above,except: Sampling and testing will continue until one load meets all of the applicable acceptance requirements, and Page-SP-41 Revision Date: 05/17/95(12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures Price Adjustment=U.P.11/2(1-P.F.)JV b. Accept the concrete with it calculated where: payment adjustment. P.F.= pay factor tabulated below 3. If the (fc- fc) value is greater than 500 psi, the U.P.= unit contract price per cubic yard for the Engineer will: class of concrete involved a. Require the complete removal and V= cubic yard volume of concrete in the tested replacement with concrete meeting the load based on the certificate of compliance or specifications at the Contractor's expense; or as estimated for a partial load b. Require corrective action at the Contractor's Where these specifications designate the payment for expense;or the concrete on other than a per cubic yard basis,the unit c. Accept the concrete where the finished contract price(U.P.)of concrete shall be taken as$300 per product is found to be acceptable for the cubic yard for concrete Class 4000 and higher and S160 per intended purpose, with a calculated payment cubic yard for concrete Class 3000 and commercial adjustment. concrete. Where found acceptable without corrective action,the Pay factors for adjusting the concrete price for quantity of concrete represented by an acceptance test that acceptance due to air content deviation and excess slump fails to meet the specified compressive strength will be are: subject to the following payment adjustment. PAY FACTORS Deviations Pay Factor Max. Slump Pay Factor Payment Adjustment =[0.0005(fc-fc)U.P.JQ From Specified Exceeded by where: %Air fc = Specified minimum compressive strength at 28 Up to 0.3% 0.98 1/4" 0.98 days. 0.3-0.5% 0.96 1/2" 0.96 fc = Compressive strength at 28 days as determined by WSDOT Test Methods. *All concrete with an air content less than 4% shall be U.P.= Unit contract price per cubic yard for the class rejected. of concrete involved. If deviations occur in the air content and slump within Q = Quantity of concrete represented by an the same testing frequency quantity,the pay factor shall be acceptance test based on the required the product of the individual pay factors. The following frequency of testing. table lists the product of pay factors to be used: Where these Specifications designate payment for the PRODUCT OF PAY FACTORS concrete on other than a per cubic yard basis, the unit 0.98 x 0.98=0.96 contract price of concrete shall be taken as $300 per cubic 0.98 x 0.96=0.94 yard for concrete Class 4000,5000,and 6000. For concrete 0.96 x 0.96=0.92 Class 3000 and commercial concrete,the unit contract price for concrete shall be$160 per cubic yard. 6-02.3(5)K Rejecting Concrete Rejection by Contractor - The Contractor may, prior 6-02.3(5)M Concrete With Non-Conforming to sampling, elect to remove any defective material and Strength (Contracting Agency replace it with new material at the Contractor's expense. Provided)(SA) Any such new material will be sampled, tested, and Contracting Agency-provided mix design concrete evaluated for acceptance. placed in conformance with the specifications which fails to Rejection Without Testing - The Engineer, prior to meet the specified 28 day compressive strength (fc) will be sampling, may reject any batch or load of concrete that evaluated by the Engineer for acceptance. appears defective in composition;such as cement content or The Engineer and the Contractor shall review all the aggregate proportions. Rejected material shall not be production records, the concrete producer's certificates of incorporated in the structure. compliance, test records, field notes, and the placement records for the concrete in question. If the review confirms 6-02.3(5)L Concrete With Non-Conforming that the concrete as produced and placed conforms to the Strength(Contractor Design or specified requirements,the Contracting Agency will accept Commercial)(SA) the concrete. If, however, the review indicates that the Concrete produced in accordance with a Contractor- concrete was not produced within the specified provided mix .design or Commercial Concrete with a requirements and/or was not placed in accordance with the compressive strength (fc) which fails to meet the specified specifications,the concrete in question will be evaluated as minimum compressive strength at 28 days (fc) shall be concrete with non-conforming strength in accordance with evaluated for acceptance as follows: Section 6-02.3(5)K. The Contractor has the opportunity to 1. If(fc- fc) is less than 60 psi, the concrete will be supply additional information related to the actual 28 day accepted as being in conformance and no payment compressive strength. adjustment shall apply. 2. If the(fc-fc)value is between 60 and 500 psi,the 6-02.3(6) Placing Concrete(SA) Engineer will: The Contractor shall not place concrete: a. Require corrective action at the Contractor's 1. On frozen or ice-coated ground or subgrade; expense;or Page-SP-92 Revision Date: 05/17/95 (12:54 Plot) 6-02 Concrete Structures 6-02 Concrete Structures 2. Against or on ice-coated forms, reinforcing steel, of a concrete pump requires a reserve pump (or other structural steel, conduits, precast members, or backup equipment)at thesite to prevent missed deadlines construction joints; from breakdowns. 3. Under rainy conditions; placing of concrete shall If the concrete will drop more than 5 feet, it shall be be stopped before the quantity of surface water is deposited through a sheet metal (or other approved) sufficient to affect or damage surface mortar conduit. If the form slopes, the concrete shall be lowered quality or cause a flow or wash of the concrete through approved conduit to keep it from sliding down one surface; side of the form. No aluminum conduits or tremies shall be 4. In any foundation until the Engineer has used to pump or place concrete. approved its depth and character; Before placing concrete for roadway slabs on steel 5. In any form until the Engineer has approved it spans,the Contractor shall release the falsework under the and the placement of any reinforcing in it;or bridge and let the span swing free on its supports.Concrete 6. In any work area when vibrations from nearby in flat slab bridges shall be placed in one continuous work may harm the concrete's initial set or operation for each span or series of continuous spans. strength. Concrete for roadway slabs and the stems of T-beams When a foundation excavation contains water, the or box-girders shall be placed in separate operations if the Contractor shall pump it dry before placing concrete. If stem of the beam or girder is more than 3 feet deep. First this is impossible, an underwater concrete seal shall be the beam or girder stem shall be filled to the bottom of the placed that complies with Section 6-02.3(6)B.This seal shall slab fillets. Roadway slab concrete shall not be placed until be thick enough to resist any uplift. enough time has passed to permit the earlier concrete to All foundations and forms shall be moistened with shrink(at least 12 hours). If stem depth is 3 feet or less,the water just before the concrete is placed. Any standing Contractor may place concrete in one continuous operation water on the foundation or in the form shall be removed. if the Engineer approves. The Contractor shall place concrete in the forms as Between expansion or construction joints, concrete in soon as possible after mixing. The concrete shall always be beams, girders, roadway slabs, piers, columns, walls, and plastic and workable. For this reason, the Engineer may traffic and pedestrian barriers, etc., shall be placed in a reduce the time to discharge even further. Concrete continuous operation. placement shall be continuous, with no interruption longer No traffic or pedestrian barrier shall be placed until than 30 minutes between adjoining layers unless the after the roadway slabs are complete for the entire Engineer approves a longer time. Each layer shall be placed structure. No concrete barriers shall be placed until the and consolidated before the preceding layer takes initial falsework has been released and the span supports itself. set. After initial set, the forms shall not be jarred, and No barrier, curb, or sidewalk shall be placed-on steel or projecting ends of reinforcing bars shall not be disturbed. prestressed concrete girder bridges until the roadway slab In girders or walls, concrete shall be placed in reaches a compressive strength of at least 3,000 psi. continuous,horizontal layers 1.5 to 2 feet deep.Compaction The Contractor may construct traffic and pedestrian shall leave no line of separation between layers. In each barriers by the slipform method. However,the barrier ma} part of a form, the concrete shall be deposited as near its not deviate more than 1/4 inch when measured by a final position as possible. 10Afoot straightedge held longitudinally on the front face, Any method for placing and consolidating shall not back face, and top surface. Electrical conduit within the segregate aggregates or displace reinforcing steel. Any barrier shall be constructed in accordance with the method shall leave a compact, dense, and impervious requirements of Section 8-20.3(5). concrete with smooth faces on exposed surfaces. Plastering When placing concrete in arch rings, the Contractor is not permitted. Any section of defective concrete shall be shall ensure that the load on the falsework remains removed at the Contractor's expense. symmetrical and uniform. To prevent aggregates from separating, the length of Unless the Engineer approves otherwise, arch ribs in any conveyor belt used to transport concrete shall not open spandrel arches shall be placed in sections. Small key exceed 300 feet. If the mix needs protection from sun or sections between large sections shall be filled after the large rain, the Contractor shall cover the belt. When concrete sections have shrunk. pumps are used for placement, the operator(s) shall be certified by the American Concrete Pumping Association 6-02.3(6)A Weather and Temperature Limits to for the type of equipment and class of concrete to be placed. Protect Concrete(SA) Prior to use 'on the first placement of each day a HOT WEATHER PROTECTION Contractor's representative shall visually inspect the The Contractor shall provide concrete within the pumps water chamber for water leakage. No pump shall be specified temperature limits by: used that allows free water to flow past the piston. 1. Shading or cooling aggregate piles (sprinkling If a concrete pump is used as the placing system, the these piles with water is not allowed) pump priming slurry shall be discarded before placement. 2. Refrigerating mixing water; or replacing all or Initial acceptance testing may be delayed until the pump part of the mixing water with crushed ice, priming slurry has been eliminated from the concrete being provided the.ice is completely melted by placing pumped. Eliminating the priming slurry from the concrete time. may require that several cubic yards of concrete are If the concrete would probably exceed 90F using discharged through the pumping system and discarded. Use normal methods, the Engineer may require approved Page-SP-43 Revision Date: 05/17/95 (12:54 PNI) 6-02 Concrete Structures 6-02 Concrete Structures temperature-reduction measures be taken before the Any concrete placed in air temperatures below 35F placement begins. shall be immediately surrounded with a heated enclosure. If air temperature exceeds 90F, the Contractor shall Air temperature within the enclosure shall be maintained use water spray or other approved methods to cool all between 50F and 90F, and the relative humidity shall be concrete-contact surfaces to less than 90F. These surfaces above 80ypercent.These conditions shall be maintained for include forms,reinforcing steel,steel beam flanges,and any a minimum of seven days or for the cure period required by others that touch the mix. The Contractor shall reduce the Section 6-02.3(11), whichever is longer. The Contractor time between mixing and placing to a minimum and shall shall stop adding moisture 24 hours before removing the not permit mixer trucks to remain in the sun while waiting heat.Extra protection shall be provided for areas especially to discharge concrete. Chutes, conveyors, and pump lines vulnerable to freezing (such as exposed top surfaces, shall be shaded. corners and edges, thin sections, and concrete placed into If bridge roadway slabs are placed while air steel forms). temperature exceeds 90F,the Contractor shall: If weather forecasts predict air temperatures below 1. Cover the top layer of reinforcing steel with clean, 35F during the seven days just after the concrete wet burlap immediately before concrete placement,the Contractor may place the concrete only if it placement; is protected with a heated enclosure. 2. Sprinkle cool water on the forms and reinforcing steel just before the placement if the Engineer 6-02.3(6)B Placing Concrete in Foundation Seals requires it; (SA) 3. Finish the concrete slab without delay;and If the Plans require a concrete seal, the Contractor 4. Provide at the site water-fogging equipment to be shall place the concrete underwater inside a watertight used if needed after finishing to prevent plastic cofferdam,tube,or caisson.Seal concrete shall be placed in cracks. a compact mass in still water. It shall remain undisturbed If the evaporation rate at the concreting site is 0.20 and in still water until fully set.While seal concrete is being pounds per square foot of surface per hour or more deposited, water elevation inside and outside the cofferdam (determined from Table 6-02.3(6)), the Contractor shall shall remain equal to prevent any flow through the seal in surround the fresh concrete with an enclosure. This either direction. The cofferdam shall be vented at the vent enclosure will protect the concrete from wind blowing elevation shown in the Plans. The thickness of the seal is across its surface until the curing compound is applied. If based upon this vent elevation. casting deck concrete that is 80F or hotter, the Contractor The seal shall be at least 18 inches thick unless the shall install approved equipment at the site to show relative Plans show otherwise. The Engineer may change the seal humidity and wind velocity. thickness during construction which may require redesign COLD WEATHER PROTECTION of the footing and the pier shaft or column. Although seal The Contractor shall provide a written procedure for thickness changes may result in the use of more or less cold weather concreting to the Engineer for review and concrete, reinforcing steel, and excavation, payment will approval. Permission given by the Engineer to place remain as originally defined in unit contract prices. concrete during cold weather will in no way ensure To place seal concrete underwater, the Contractor acceptance of the work by the Contracting Agency. Should shall use a concrete pump or tremie.The tremie shall have the concrete placed under such conditions prove a hopper at the top that empties into a watertight tube at unsatisfactory in any way, the Engineer shall still have the least 10 inches in diameter. The discharge end of the tube right to reject the work although the plan and the work was on the tremie or concrete pump shall include a device to carried out with the Engineer's permission. seal out water while the tube is first filled with concrete. The Engineer may require the Contractor to provide Tube supports shall permit the discharge end to move and maintain a recording thermometer near the concreting freely across the entire work area and to drop rapidly to site. During freezing or near-freezing weather, data from slow or stop the flow. One tremie may be used to concrete this thermometer shall be readily available to the Engineer. an area up to 18 feet per side. Each additional area of this The Contractor shall not mix nor place concrete while size requires one additional tremie. the air temperature is below 35F, unless the water or Throughout the underwater concrete placement aggregates (or both) are heated to at least 70F. The operation, the discharge end of the tube shall remain aggregate shall not exceed 150F. If the water is heated to submerged in the concrete and the tube shall always more than 150F, it shall be mixed with the aggregates contain enough concrete to prevent water from entering. before the cement is added. Any equipment and methods The concrete placement shall be continuous until the work shall heat the materials evenly. is completed, resulting in a seamless, uniform seal. If the The Contractor may warm stockpiled aggregates with concreting operation is interrupted, the Engineer may dry heat or steam, but not by applying flame directly or require the Contractor to prove by core drilling or other under sheet metal. If the aggregates are in bins, steam or tests that the seal contains no voids or horizontal joints. If water coils or other heating methods may be used if testing reveals voids or joints, the Contractor shall repair aggregate quality is not affected. Live steam heating is not them or replace the seal at no expense to the Contracting permitted on or through aggregates in bins. If using dry Agency. heat, the Contractor shall increase mixing time enough to Concrete Class 4000W shall be used for seals, and it permit the super-dry aggregates to absorb moisture. shall meet the consistency requirements of Section 6- 02.3(4)C. Page-SP-44 Revision Date: 05/17/95 (12:54 PM) 6-02 Concrete Structures 6-02 Concrete Structures THE FIRST SENTECE OF THE THIRTEENTH 6-02.3(6)C -Dewatering Concrete Seals and PARAGRAPHIS REVISED AS FOLLOWS. Foundations(SA) After a concrete seal is constructed, the Contractor 6-02.3(16) Plans For Falsework and Formwork shall pump the water out of the cofferdam and place the (SA) rest of the concrete in the dry.This pumping shall not begin A State of Washington Professional Engineer, licensed until the seal has set enough to withstand the hydrostatic pressure normally at least three days for gravity seals and under Title 18 RCW, State of Washington, in the branch of at least ten days for seals containing piling. The Engineer Civil or Structural Engineering may be retained to check, may extend these waiting periods to ensure structural review and certify falsework and formwork plans and safety or to meet a condition of the operating permit. calculations of an individual who is licensed in another state If weighted cribs are used to resist hydrostatic and when sash w`erlt was net�rePared--e�rder the "meet pressure at the bottom of the seal, the Contractor shall anchor them to the foundation seal.Any method used (such provided that the following conditions are satisfied. as dowels or keys) shall transfer the entire weight of the THE SECOND PARAGRAPH OF SECTION 6-02.3(20) crib to the seal. AND THE SEVENTH PARAGRAPH HAVE BEEN No pumping shall be done during or for 24 hours after REVISED AS FOLLOWS: concrete placement unless done from a suitable sump separated from the concrete work by a watertight wall. 6-02.3(20) Grout for Anchor Bolts and Bridge Pumping shall be done in a way that rules out any chance Bearings(SA) of concrete being carried away. THE LAST SENTENCE OF THE 18TH PARAGRAPH IN Grout shall meet the following requirements: SECTION 6-02 HAS BEENREVISED AS FOLLOWS: Requirement Compressive Strength Test Method AASHTO T 106 6-02.3(10) Roadway Slabs(SA) Values 4,000 psi @ 73 days An acceptable surface shall be one free from deviations of more than 1/2-ie 1/8 in under the 10-foot straightedge. Before placing grout, the concrete on which it is SECTION 6-02.3(11)IS REVISED AND SUPPLEMENTED to be placed shall be thoroughly cleaned, roughened, AS FOLLOWS: and wetted with water to ensure proper bonding. The grout pad shall be cured as recommended by the 6-02.3(11) Curing Concete(SA) manufacturer or kept continuously wet with water After placement, concrete surfaces shall be cured as for three days. kept ,.enti.,.,,.. sly wet with water follows: 1. Slabs (roadway, except those using Class 4000D PARAGRAPHS SIX AND 13 OF SECTION 6-02.3(24)C and 4000DLS; sidewalks; culvert tops; roofs; and cover HAVE BEEN REVISED AND SUPPLEMENTED AS tunnels) - curing compound covered by white, reflective type FOLLOWS. sheeting or continuous wet curing. 4. Roadway slabs using concrete Class 4000D and 6-02.3(24)C Placing and Fastening(SA) 4000DLS-continuous wet cure with heavy quilted blankets Mortar blocks (or other approved devices) shall be used or burlap only,for 14 days. to maintain the concrete coverage required by the Plans. 3. Retaining walls and sidewalks and floors of culverts- The Mortar blocks shall: continuous moisture for at least ten days. 1. Have a bearing surface measuring not greater 4. All other concrete surfaces (except traffic barriers than 2 inches in either dimension,and and rail bases)-continuous moisture for at least three days. 2. Develop Have a compressive strength equal to that Runoff water shall be collected and disposed of in of the concrete in which they are embedded. accordance with all applicable regulations. In no case shall Reinforcing steel bars shall not vary more than the runoff water be allowed to enter any lakes, streams, or following tolerances from their position shown in the Plans: other surface waters. Wet curing roadway slabs with heavy quilted blankets or burlap,shall consist of a fog or mist spray covering the entire concrete surface before the bleed water has evaporated. As'soon as the concrete has achieved initial set, the surface shall be covered with presoaked heavy quilted blankets or burlap. When using curing compound, the Contractor shall apply two coats(that complies with Section 9-23.2)to the fresh concrete. Page-SP-45 Revision Date: 05/17/95 (12:54 PM) 6-03 Steel Structures 6-05 Piling Members 10 inches or less in thickness t1/4 in. Members more than 10 inches in thickness f3/8 in. 6-03 Steel Structures Except: The distance between the nearest reinforcing steel bar surface and the top surface of the roadway deck slab t1/4in. THE THIRD SENTENCE OF THE SIXTH PARAGRAPH Longitudinal spacing of bends and ends of bars ±1 in. IN SECTION 6-03.3(7) HAS BEEN REVISED TO Length of bar laps -1.5 in. READ: Embedded length: No.3 through No.11 -1 in. 6-03.3(7) Shop Plans(SA) No.14 through No.18 -2 in. When reinforcing steel bars are to be placed at equal spacing The reproducible copies shall be clear, suitable for within a plane: microfilming,and on permanent sheets that measure 22 by 32 Stirrups and ties ±1 in, inches or 24 by 36 inches. All other reinforcement t1 bar dia. SECTION 6-02.3(25)B HAS BEEN SUPPLEMENTED BY THE FIRST PARAGRAPH OF ITEM 2C OF SECTION G- ADDING THE FOLLOWING PARAGRAPH: 03.3(28)A IS SUPPLEMENTED WITH THE FOLLOWING. 6-02.3(25)B Casting(SA) 6-03.3(28)A Method of Shop Assembly(SA) Slump shall not exceed 4 inches for normal concrete For straight sections of bridges without skews or nor 7 inches with the used of a high range water reducing tapers, girders in each subsequent stage may be assembled admixture. The high range water reducer shall meet the to include one girder shop section from the previous stage requirements of Section 6-02.3(3) and Section 6-02.3(3)D. and one or more girder shop sections at the advancing end. When the slump exceeds the maximum slump specified,the acceptability of the concrete shall be subject to the THE FIRST SENTENCE OF PARAGRAPHS I & 2 AND provisions of Section 6-02.3(5). The Unit Price(U.P.)of the THE FIFTH SENTENCE OF ITEMS 1 & 2 OF concrete for precast prestressed members shall be taken as SECTION 6-03.3(32) HAVE BEEN REVISED AS S600 per cubic yard for calculation of the pay adjustment. FOLLOWS: THE SECOND SENTENCE OF THE NINTH 6-03.3(32) Assembling and Bolting(SA) PARAGRAPH OF SECTION 6-02.3(16)A HAS BEEN REIVISED AS FOLLOWS: To begin bolting any field connection or splice, the Contractor shall install and tighten to snug-tight, enough bolt 6-02.3(26)A Shop Drawings(SA) to bring all parts into full contact with each other prior to tightening these bolts to the specified minimum tension. These shall.bs clear, suitable for microfilming, and on I As erection proceeds, all field connections and splices for permanent sheets that measure 22 by 34 inches or 24 by 36 inches. each member shall be securely drift pinned and bolted in accordance with paragraphs I or 2 below before the weight SECTION 6-02.5 IS REVISED AS FOLLOWS: of the member can be released or the next member is added. Once all these bolts are snug-tight, each bolt shall be 6-02.5 Payment(SA) systematically tightened to the specified minimum tension. Once all these bolts are snug-tight, each bolt shall be 9. "Deficient Strength Conc. Price Adjustment", by systematically tightened to the specified minimum tension. calculation. "Deficient Strength Conc. Price Adjustment" will be C-05 Piling calculated and paid for as described in Section 6-02.3(5)L8. For the purpose of providing a common proposal for all bidders,the Contracting Agency has entered an amount for the THE SECOND PARAGRAPH OF SECTION 6-05.3(1) B IS item "Deficient Strength Conc. Price Adjustment" in the bid REVISED AND SUPPLEMENTED AS FOLLOWS. proposal to become a part of the total bid by the Contractor. The item "Deficient Strength Conc. Price Adjustment" covers 6-05.3(1)B . Driving Piles(SA) all applicable classes of concrete. The Contractor shall not drive piling from an existing 10. "Slump and Air Price Adjustment",by calculation. structure unless all of the following conditions have been "Slump and Air Price Adjustment"will be calculated and met: paid for as described in Section 6-02.3(5)J. For the purpose of 1. The existing structure will be demolished within providing a common proposal for all bidders, the Contracting the contract, Agency has entered an amount for the item "Slump and Air 2. The existing structure is permanently closed to Price Adjustment"in the proposal to become a part of the total traffic,and bid by the Contractor. The item "Slump and Air Price 3. Working drawings are submitted in accordance Adjustment"covers all applicable classes of concrete. with Sections 6-01.9 and 6-02.3(16),showing the structural adequacy of the existing structure to safely support all of the construction loads. Page-SP-46 Revision Date:05/17/95 (12:54 PM) 6-10 Concrete Barrier 6-12 Rockeries THE FIRST SENTENCE OF THE SECOND PARAGRAPH The rock density shall be a minimum of 160 pounds OFSECTION 6-05.3(4)A IS REVISED AS FOLLOWS: per cubic foot. The,source of supply and representative samples of the material shall be approved by the engineer before delivery to the site. 6-05.3(4)A Steel Casings or Shells(SA) The rock walls shall be constructed of one-man rocks, Spiral er straight welded pile casings are not allowed for (85 to 300 pounds)each 10" in its least dimension; two-man pile casings greater than 24-inch diameter. rocks,(300 to 600 pounds) each 13" in its least dimension; SECTION 6-05.3(4)D HAS BEEN REVISED AS three-man rocks(800 to 1,200 pounds)each 16" in its least FOLLOWS: dimension; four-man rocks (1,500 to 2,200 pounds) each 18" in its least dimension. The rocks shall range uniformly 6-05.3(4)D Placing Concrete(SA) in size for each classification specifies. The four- Before placing concrete, the Contractor shall remove all man rocks shall only be used for the first course of rock in debris and water from the casing. If the water cannot be walls over 6 feet in height. removed,the casing shall be removed (or cut off 2 feet below ground and filled with sand)and a new one driven. 6-12.3 Construction Requirements(RC) The Contractor shall place concrete continuously through The rock unloading at the site will be done in such a a 2-55-foot rigid conduit, directing the concrete down the manner as to segregate the rock by the size ranges center of the pile casing,ensuring that every part of the pile indicated in the preceding paragraph. is filled and the concrete is worked filling eN,ery pai4 an The walls shall be started by excavating a trench, not -long the •nix around the reinforcement. less than 6 inches or more than one foot in depth below The top 2-55 feet of concrete shall be placed with the tip of the subgrade in excavation sections,or not less than 6 inches or conduit at 2 feet below the top of fresh concrete. The more than one foot in depth below the existing ground Contractor shall vibrate, as a minimum, at least the top -510 level in embankment sections. Areas on which the rockery feet of concrete. In all cases the concrete shall be vibrated to is to be placed shall be trimmed and dressed to conform to a point as least 5 feet below the original ground line. the elevation or slope indicated. The rock wall construction shall start as soon as possible upon the 6-10 Concrete Barrier completion of the cut or fill section. Rock selection and placement shall be such that there THE SECTION REFERENCE OF SECTION 6-10.3 IS will be no open voids in the exposed face of the wall over 6 REVISED TO READ: inches across in any direction. The rocks shall be placed and keyed together with a minimum of voids. Particular 6-10.3 Construction Requirements(SA) attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall In all barriers, the Contractor shall use air entrained have a continuous appearance and be placed to minimize concrete that complies with Section 6-02.3(4)AE. erosion of the backfill material. The larger rocks shall be placed at the base of the rockery so that the wall will be 6-12 Rockeries stable and have a stable appearance. The rocks shall be carefully placed by mechanical equipment and in a manner such that the longitudinal axis if the rock shall be at right 6-12.1 Description(RC) angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the back of the The work described in this section, regardless of the rockery. Each row of rocks will be seated as tightly and type of materials encountered, includes the excavation and evenly as possible on the rock below in such a manner that shaping of the cut or fill slopes and furnishing and there will be no movement between the two. After setting a constructing rockeries/rock retaining wall where shown on course of rock,all voids between the rocks shall be chinked the plans or where directed by the engineer. on the back with quarry rock to eliminate any void sufficient to pass a 2 inch square probe. 6-12.2 Materials(RC) 6-12.3.1 Rockery Backfill(RC) Rock walls shall be formed of larger pieces of quarried The wall backfill shall consist of 1-1/2 inch minus basalt,andesite or other igneous rock. Individual pieces of crushed rock or gravel conforming to section 9-03.9(3). rock shall be sound and resistant to weathering. When This material will be placed to an 8 inch minimum broken into pieces weighing 50 to 150 grams and tested for thickness between the entire wall and the cut or fill soundness with sodium sulphate in accordance with aashto material. The backfill material will be placed in lifts to an t104, the loss through a one-inch sieve after 6 cycles shall elevation approximately 6 inches below the course of rocks not exceed 35% by weight. placed. The backfill will be placed after each course of The rock material shall be as nearly rectangular as rocks. Any backfill material on the bearing surface of the possible so as to afford the minimum amount of void space rock course will be removed before setting the next course. between the blocks. No stone shall be used which does not extend through the wall. The rock material shall be hard, 6-12.3.2 Drain Pipe(RC) sound, durable and free from weathered portions, seams, A 4 inch diameter perforated pvc pipe shall be placed cracks and other defects. as a footing drain behind the rockeries as shown in the Page-SP-47 Revision Date: 05/17/95 (12:54 PM) 7-01 Drains 7-02 Culverts standard plans, and connected to the storm drainage pipe shall be jointed with snap-on, screw-on, or wraparound system where shown. coupling bands, as recommended by the manufacturer of the tubing. 6-12.3.3 Rejection Of Material(RC) The inspector will have the authority to reject any SECTION 7-01.4 IS SUPPLEMENTED ADDING THE defective material and to suspend any work that is being FOLLOWING. improperly done, subject to the final decision of the engineer. All rejected material will be removed from the 7-01.4 Measurement(RC) construction site and any rejected work shall be repaired or When the contract does not include "structure replaced at no additional cost to the Owner. excavation Class B" or "Structure excavation Class B including haul" as a pay item all costs associated with these 6-12.4 Measurement(RC) items shall be included in other contract pay items. Measurement of the finished rock wall for payment will be made from the footing grade to the top of the wall 7-02 Culverts and rounded to the nearest square yard. SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS 6-12.5 Payment(RC) FOLLOWS. Payment will be made under the item "rock retaining wall",per square yard. 7-02.2 Materials(RC) The unit price per square yard shall be full Materials shall meet the requirements of the following compensation for the rockery/rock retaining wall in place sections: and shall include all work, materials, and equipment Plain Concrete Culvert Pipe 9-05.3(1) required to complete the installation, including drainage Reinforced Concrete Culvert Pipe 9-05.3(2) pipe and all other items. Beveled Concrete End Sections 9-05.3(3) Steel Culvert Pipe and Pipe Arch Division 7 Asphalt Treatment I 9-05.4 Steel Nestable Pipe and Pipe Arch Drainage Structures, Storm Sewers, Asphalt Treatment 9-05.4(8) SanitarySewers Water Mains and Steel End Sections � t Asphalt Treatment 9-05.4(9) Conduits Aluminum Culvert Pipe 9-05.5 Aluminum End Sections 9-05.5(6) PVC Pipe 9-05.12 7-01 Drains Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch, or end sections, it SECTION 7-01.2 IS REVISED AS FOLLOWS. shall be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) 7-01.2 Materials(RC) corrugated iron or steel,and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Drain pipes may be concrete, zinc coated (galvanized) Where plain or reinforced concrete,steel,or aluminum Asphalt Treatment I or aluminum coated (aluminized) are referred to in Section 7-02 it shall be understood that corrugated iron or steel with Asphalt Treatment I,corrugated reference is also made to PVC. aluminum alloy, polyvinyl chloride (PVC), or corrugated SECTION 7-02.3(1)C ISANADDED NEW SECTION: polyethylene (PE) at the option of the Contractor unless the Plans specify the•type to be used. 7-02.3(1)C Placing PVC Pipe(RC) SECTION 7-01.3 IS REVISED AS FOLLOWS: In the trench, prepared as specified in Section 7- 02.3(1) PVC pipe shall be laid beginning at the lower end, 7-01.3 Construction Requirements(RC) with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of PVC drain.pipe shall be jointed with a bell and spigot the pipe to 6" above the top of the pipe. When it is joint using a flexible elastomeric seal as described in necessary to connect to a structure with a mudded joint a Section 9-04.8. The bell shall be laid upstream. PE or ABS rubber gasketed concrete adapter-collar will be used at the drain pipe shall be jointed with snap-on, screw-on, or point of connection. wraparound coupling bands as recommended by the manufacturer of the tubing. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans.The bell shall be laid upstream. PE or ABS drainage tubing underdrain Page-SP-48 Revision Date: 05/17/95(12:54 PM) 7-03 Structural Plate Pipe,Pipe Arch,Arch,and 7-04 Storm Sewers Underpass THE FIRST SENTENCE OF SECTION 7-02.3(5) HAS pipe. "Shoring or Extra-Excavation Class B". If it is not in BEEN REVISED AS FOLLOWS. the contract,then it shall be incidental. 7-02.3(5) Plugging Existing Culverts(SA) 7-04 Storm Sewers Where shown in the Plans or where designated by the SECTION 7-04.2 IS REVISED AS FOLLOWS.- Engineer, existing culverts shall be plugged on the inlet end with Class 3000 or Commercial concrete. 7-04.2 Materials(RC) SECTION 7-02.5 HAS BEEN REVISED AS FOLLOWS. Materials shall meet the requirements of the following sections: 7-02.5 Payment(RC) Plain Concrete Storm Sewer Pipe 9-05.7(1) 17. "Structure Excavation Class B",per cubic yard. Reinforced Concrete Storm Sewer Pipe 9-05.7(2) 18 "Structure Excavation Class B Incl. Haul", per cubic Steel Spiral Rib Storm Sewer Pipe 9-05.9 Steel Storm Sewer Pipe 9-05.10 yard. Aluminum Storm Sewer Pipe 9-05.11 If no bid item for Structure Excavation Class A or Aluminum Spiral Rib Storm Sewer Pipe 9-05.17 Structure Excavation Class B, including haul,is included in PVC Sewer Pipe 9-05.12 the schedule of prices then the work will be considered Corrugated high density polyethylene incidental and its cost should be included in the cost of the pipe(CPEP) 9-05.12(1) pipe. Where steel or aluminum are referred to in this Section in 19. "Shcring or Extra Excavation Class B", per square regard to a kind of storm sewer pipe, it shall be understood that foot. steel is zinc coated(galvanized),Asphalt Treatment I Coated If this pay item is not in the contract, then it shall be of aluminum seated (aluminized) corrugated iron or steel and incidental. aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. 7-03 Structural Plate Pipe,Pipe Arch, Arch, and Underpass 7-04.3 Construction Requirements SECTION 7-03.2 IS REVISED AS FOLLOWS. SECTION 7-04.3(I)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-03.2 Materials(RC) 7-04.3(1)B Pipe Bedding(RC) Materials shall meet the requirements of the following Pipe bedding for PVC sewer pipe shall consist of clean, sections: granular pea gravel consistent with section 9-03.12(3). It Concrete Class 3000 6-02 shall be placed to a depth of 6" over and 6" under the Corrugated Steel Asphalt Treatment 1 9-05.6(8) exterior walls of the pipe. Corrugated Aluminum 9-05.6(8) Reinforcing Steel 9-07 7-04.3(2) Laying Storm Sewer Pipe SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: SECTION 7-03.5 IS REVISED AS FOLLOWS. 7-04.3(2)A Survey Line and Grade(RC) 7-03.5 Payment(RC) Survey line and grade will be provided by the Engineer or contractor in a manner consistent with accepted practices and Payment will be made in accordance with Section 1-04.1, these specifications. for each of the following bid items that are included in the proposal: SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING 1. "St. Str.Plate Pipe_Gage_In.Diam.",per THE FOLLOWING: linear foot with Asphalt Treatment I. 2. "St.Str.Plate Pipe Arch_Gage_Ft._ 7-04.3(2)G Storm Sewer Line Connections(RC) In. Span",per linear foot with Asphalt Treatment I. All connections not occurring at a manhole or catch 3. "St. Str.Plate Arch_Gage_Ft._In. basin shall be done utilizing pre-manufactured tee Span",per linear foot with Asphalt Treatment 1. connectors or pipe sections approved by the Engineer. Any 11. "Structure Excavation Class B",per cubic yard. other method or materials proposed for use in making 12. "Structure Excavation Class B Incl. Haul", per cubic connections shall be subject to approval by the Engineer. yard. If no bid item for Structure Excavation Class A or Structure Excavation Class B,including haul,is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the Page-SP-49 Revision Date:05/17/95 (12:54 PM) 7-05 Manholes, Inlets,and Catch Basins 7-05 Manholes, Inlets,and Catch Basins that point, the existing structure shall be raised or lowered to SECTION 7-04.4 IS REVISED AS FOLLOWS: the required elevation. The materials and method of 7-04.4 Measurement(RC) section, and the finished stFHetufe shall e0lifeffiA to ,he The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert In unpaved streets: Manholes,catch basins and similar and will include the length through elbows, tees, and fittings. structures in areas to be surfaced with crushed rock or The number of linear feet will be measured from the center of gravel shall be constructed to a point approximately eight manhole to center of manhole or from the center of catch inches below the subgrade and covered with a temporary basin to center of catch basins and similar type structures. wood cover. Existing manholes shall be cut off and covered Excavation of the storm sewer trench will be measured as in a similar manner. The contractor shall carefully structure excavation Class B or structure excavation Class B reference each manhole so that they may be easily found including haul,by the cubic yard as specified in Section 2-09 if upon completion of the street work. After placing the these items are included in the contract or else will be gravel or crushed stone surfacing, the manholes and considered incidental to the pipe installation. manhole castings shall be constructed to the finished grade Shoring or extra excavation will be measured as specified of the roadway surface. Excavation necessary for bringing in Section 2-09.4 or will be incidental if not included as a manholes to grade shall center about the manhole and be pay item.. held to the minimum area necessary. At the completion of SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS the manhole adjustment,the void around the manhole shall FOLLOWS: be backfilled with materials which result in the section required on the typical road way section, and be 7-04.5 Payment(RC) thoroughly compacted. In cement concrete pavement: Manholes, catch basins The unit contract price per linear foot for storm sewer and similar structures shall be constructed and adjusted in pipe of the kind and size specified shall be full pay for all the same manner as outlined above except that the final work to complete the installation, including adjustment of adjustment shall be made and cast iron frame be set after inverts to manholes. When no bid item "gravel backfill for forms have been placed and checked. In placing the pipe bedding" is included in the Schedule of Prices, pipe concrete pavement,extreme care shall be taken not to alter bedding, as shown in the standard plans, shall be the position of the casting in any way. considered incidental to the pipe and no additional In asphalt concrete pavement: Manholes shall not be payment shall be made. adjusted until the pavement is completed,at which time the Testing Sterm SeweFP center of each manhole shall be carefully relocated from Testing of storm sewer pipe, if required by the references previously established by the contractor. The Engineer, shall be considered incidental to and included in pavement shall be cut in a restricted area and base material the unit contract prices for other items. be removed to permit removal of the cover. The manhole 6. "Structure Excavation Class B",per cubic yard. shall then be brought to proper grade utilizing the same 7. "Structure Excavation Class B Incl.Haul",per cubic methods of construction as for the manhole itself. The cast yard. iron frame shall be placed on the concrete blocks and If no bid item for Structure Excavation Class A or wedged up to the desired grade. The asphalt concrete Structure Excavation Class B is included in the schedule of pavement shall be cut and removed to a neat circle, the prices then the work will be considered incidental and its diameter of which shall be equal to the outside diameter of cost shall be included in the cost of the pipe. the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or 7-05 Manholes, Inlets, and Catch Basins Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to SECTION 7-05.3 IS SUPPLEMENTED B}'ADDING THE Within but not to exceed 2 inches of the finished pavement FOLLOWING: the 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 7-05.3 Construction Requirements(RC) cement. Asphalt Class G concrete shall then be placed and All manholes shall have eccentric cones and shall have compacted with hand tampers and a patching roller. The ladders. complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED between the patch and the existing pavement shall then be AS FOLLO{VS: carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving 7-05.3(1) Adjusting Manholes and Catch Basins sand before the asphalt cement solidifies. The inside to Grade(RC) throat of the manhole shall be thoroughly mortared and The existing cast iron ring and cover on manholes and the plastered. catch basin frame and grate shall first be removed and Adjustment of inlets: The final alignment and grade of thoroughly cleaned for reinstalling at the new elevation. From cast iron frames for new and old inlets to be adjusted to Page-SP-50 Revision Date: 05/17/95 (12:54 PM) 7-10 Trench Exc.,Bedding,and Backfill for Water 7-10 Trench Exe.,Bedding,and Backfill for Water Mains Mains grade will be established from the forms or adjacent SECTION 7-05.4 IS REVISED AS FOLLOWS: pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb 7-05.4 Measurement(RC) and gutter section, that portion of the cast iron frame not Manholes will be measured per each. Measurement of embedded in the gutter section shall be solidly embedded in manhole heights for payment purposes will be the distance concrete also. The concrete shall extend a minimum of six from finished rim elevation to the invert of the lowest outlet inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing pipe.. Adjustments of new structures and miscellaneous course of asphalt concrete pavement will butt the cast iron items such as valve boxes shall be considered incidental to frame. The existing concrete pavement and edge of the the unit contract price of the new item and no furthur casting shall be painted with hot asphalt cement. compensation shall be made. Adjustments in the inlet structure shall be constructed in Adjustment of existing structures and miscelaneous the same manner and of the same material as that required items such as valve boxes shall be measured by "Adjust for new inlets. The inside of the inlets shall be mortared Existing 11per each which shall be full pay for all and plastered. labor and materials including all concrete for the Monuments and cast iron frame and cover: completed adjustment in accordance with Section 7-05.3(1) Monuments and monument castings shall be adjusted to and the City of Renton Standard Details. grade in the same manner as for manholes. Connection to existing pipes and structures shall be Valve box castings: Adjustments of valve box castings measured per each. shall be made in the same manner as for manholes. SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS SECTION 7-05.3(2)IS REVISED AS FOLLOWS: FOLLOWS: 7-05.3(2) Abandon Existing Manholes(RC) Where it is required that an existing manhole be 7-05.5 Payment(RC) abandoned,the structure shall be broken down to a depth of at 10. "AdjustManhele Existing per each. least 4 feet below the revised surface elevation,all connections The unit contract price per each for "Adjust plugged, the manhole base shall be fractured to prevent Existing_xilanhele"eF"Adjust Gateh Basi "shall be full standing water, and the manhole filled with sand and pay for all costs necessary to make the adjustment including compacted to 90 percent density as specified in restoration of adjecent areas in a manner acceptable to the Section 2-03.3(14)C. Debris resulting from breaking the upper Engineer. part of the manhole may be mixed with the sand subject to the 12. "Structure Excavation Class B",per cubic yard. approval of the Engineer.The ring and cover shall be salvaged 13. "Structure Excavation Class B Incl. Haul", per cubic and all other surplus material disposed of. yard. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING Structure excavation for concrete inlets and area inlets is THE FOLLOWING: considered incidental to the cost of the inlets and shall be included in the unit contract price for the concrete inlet and the 7-05.3(3) Connections to Existing Manholes area inlet. If no bid item for Structure Excavation Class A (RC) or Structure Excavation Class B is included in the schedule Where shown on the plans, new drain pipes shall be of prices then the work will be considered incidental and its connected to existing line, catch basin, curb inlets and/or cost should be included in the cost of the pipe. manholes. The contractor shall be required to core drill 18. "Connect to Existing Catch Basin," per each. into the structure,shape the new pipe to fit and regrout the 19. "Connect Structure to existing pipe," per each. opening in a workmanlike manner. Where directed by the engineer or where shown on the plans,additional structure 7-10 Trench Exc., Bedding, and Backfill channeling will be required. for water Mains A "Connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No 7-10.3 Construction Details "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line SECTION 7-10.4 IS REVISED AS FOLLOWS: manholes,catch basins or curb inlets. Any damage to existing pipe or structure that is to 7-10.4 Measurement(RC) remain in place resulting from the Contractor's operations shall be repaired or replaced at his own expense. Measurement of bank run gravel for trench backfill will The unit bid price per each shall be full compensation be by the cubic yard measured by the calculation of neat lines for all labor,materials and equipment required. based on maximum trench width per Section 2-09.4 or by the ton,in accordance with Section 1-09. Page-SP-51 Revision Date: 05/17/95 (12:54 PM) 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains 7-10.5 IS REVISED AND SUPPLEMENTED AS Polyethylene encasement shall be installed in accordance with FOLLOWS. AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 mil. polyethylene 7-10.5 Payment(RC) plastic in accordance with Section 4-5 of ANSI 21.5 or 3 AWWA C105. P� The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be Repl,,.o. ent f Unsuitable MateFial" shall be full pay 9- all repaired in accordance with ANSI/AWWA C105/A21.5-93. wer-k to remove unsuitable fnateFial and replae Installation of the polyethylene encasement shall be suitable material as speei fled in Seetien 7 10.3( payment for considered incidental to the installation of the pipe and no "removal and replacement of unsuitable material" will be additional payment shall be allowed. considered incidental to or calculated under other bid items 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND and no further compensation will be made. REPLACED BY THE FOLLOWING 4. "Bank Run Gravel for Trench Backfill",per cubic yard or ton. 7-11.3(7) Laying Steel Pipe(RC) The unit contract price per cubic yard or ton for "Bank - Steel pipe shall not be used. Run Gravel for Trench Backfill"shall be full pay for all work to furnish,place, and compact the material in the trench. Also SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED included in the unit contract price is the disposal of excess AS FOLLOWS: and unusable material excavated from the trench. 6. "Foundation Material",per ton or cubic yard. 7-11.3(9)A Connections to Existing Mains(RC) Payment at the unit contract price for "foundation The Contractor may be required to perform the connection material" shall be full compensation for excavating and during times other than normal working hours. The Contractor disposing of the unsuitable material and replacing with the shall not operate any valves on the existing system withou appropriate foundation material per Section 9-30.7B(1). speeifie peFmissien ef the Enginee . Water system personnel will operate all valves on the existing system for the 7-11 Pipe Installation for Water Mains contractor when required. No work shall be performed on the connections unless a representative of the water department is present to 7-11.3 Construction Details(RC) inspect the work. When not stated otherwise in the special provisions or on the plans all connections to existing water mains will be 7-11.3(4) Laying of Pipe on Curves done by City forces as provided below: SECTION 7-11.3(4)A HAS BEEN REVISED AS City Installed connections: FOLLOWS: Connections to existing piping and tie-ins are indicated on the drawings. The contractor must verify all existing 7-11.3(4)A Ductile Iron Pipe(RC) piping,dimensions,and elevations to assure proper fit. Long radius(500 feet or more)curves,either horizontal or Connections to the existing water main shall not be vertical, may be laid with standard pipe by deflecting the made without first making the necessary arrangements joints. If the pipe is shown curved in the Plans and no special with the Engineer in advance. fittings are shown, the Contractor can assume that the curves A two-week advance notice shall be required for each can be made by deflecting the joints with standard lengths of connection which requires a cutting of the existing water pipe. If shorter lengths are required, the Plans will indicate mains or a shut-down of the existing water mains. The City maximum lengths that can be used.The amount of deflection at reserves the right to re-schedule the connection if the work each pipe joint when pipe is laid on a horizontal or vertical area is not ready at the scheduled time for the connection. curve shall not exceed one half of the manufacturer's printed Work shall not be started until all the materials, recommended deflections. equipment and labor necessary to properly complete the work are assembled on site. SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS: The Contractor shall provide all saw-cutting, removal 7-11.3(4)B Polyvinyl Chloride(PVC)Pipe(4 and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de- inches and Over)(RC) watering, foundation material, at the connection areas Polyvinyl Chloride (PVC) Pipe shall not be used for before the scheduled time for the connection by the City. water mains and appurtenances. The Contractor shall provide all materials necessary to THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS install all connections as indicated on the construction BEEN REVISED AS FOLLOWS. plans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the 7-11.3(6) Laying Ductile Iron Pipe and Fittings connections. The Contractor shall provide and install with Polyethylene Encasement(RC) concrete blocking, polywrap the piping at the connections, tThe Contractor shall lay backfill and surface restoration at the locations shown on ductile iron pipe with a polyethylene encasement. Pipe and the plans for the connections to the existing water mains. Page-SP-S2 Revision Date: 05/17/95 (12:54 PM) 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains The City will cut the existing main and assemble all All water used to perform hydrostatic pressure shall be materials. charged a usage fee. SECTION 7-11.3(l1)IS SUPPLEMENTED AND REVISED AS FOLLOWS: Allowable leakage per 1000 ft. of pipeline in GPH 7-11.3(11) Hydrostatic Pressure Test(RC) Nominal Pipe Diameter in inches A hydrant meter and a back flow prevention device PSI 6" 8" 10" 12" 16" 20" 24" will be used when drawing water from the City system. 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 These may be obtained from the City by completing the 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 required forms and making required security deposits. 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 There will be a charge for the water used. Before applying 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 the specified test pressure, air shall be expelled completely 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 from the pipe,valves and hydrants. If permanent air vents 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 are not located at all high points, the contractor shall install corporation cocks at such points so that the air can *If the pipeline under test contains sections of various be expelled as the line is filled with water. After all the air diameters, the allowable leakage will be the sum of the has been expelled,the corporation cocks shall be closed and computed leakage for each size. For those diameters or the test pressure applied. At the conclusion of the pressure pressures not listed,the formula below shall be used: test,the corporation cocks shall be removed and plugged. The quantity of water lost from the main shall not exceed the The mains shall be filled with water and allowed to stand number of gallons per hour as determined by the formula under pressure for a minimum of 24 hours to allow the escape of air and allow the lining of the pipe to absorb water. The State will furnish the water necessary to fill the pipelines for L=N P testing purposes at a time of day when sufficient quantities of 7400 water are available for normal system operation. in which The test shall be accomplished by pumping the main up to L = Allowable leakage,gallons/hour the required pressure, stopping the pump for a minimum of N = No. of joints in the length of pipeline two hours, and then pumping the main up to the test pressure tested again. During the test, the Section being tested shall be D = Nominal diameter of the pipe in inches observed to detect any visible leakage. A clean container shall P = Average test pressure during the leakage be used for holding water for pumping up pressure on the main test,psi being tested. This makeup water shall be sterilized by the There shall net be an appreeiable or abfupt less in addition of chlorine to a concentration of 50 mg/l. pressure during the 15 minute test peFi8d. The quantity of water required to restore the pressure shall SECTION 7-11.3(12)A SHALL BE REVISED AND be accurately determined by either 1)pumping from an open SUPPLEMENTED AS FOLLOWS: container of suitable size such that accurate volume measurements can be made by the Owner or, 2) by 7-11.3 12 A Flushing " I g"(RC) pumping through a positive displacement water meter with ( ) t and Pot y-po be disinfected to shall first be a sweep unit pumping through a positive displacement water Sections of pipe t meter with a sweep unit hand registering 1 gallon per €I�edpoly-pigged to remove any solids or contaminated revolution.The meter shall be approved by the Engineer. material that may have become lodged in the pipe. If r3e Acceptability of the test will be determined as follows: drant is installed at the end ef the the main cannot be Acceptability of the test will be determined by two "poly-pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. factors,as follows 1. The quantity of water lost from the main shall not exceed The "Poly-pig" shall be equal to Girard Industries the number of gallons per hour as listed in the following Aqua-Swab-AS,2lb/cu-ft density foam with 90A durometer table. urethane rubber coating on the rear of the"Poly-pig" only. 2. The loss in pressure shall not exceed 5 psi during the 2 The"Poly-pig" shall be cylinder shaped with bullet nose or hour test period. squared end. the pipe,flushing shall be dene afler disinfection. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. Page-SP-53 Revision Date: 05/17/95 (12:54 PM) 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains SECTION 7-11.3(12)D HAS BEEN DELETED AND Items to be galvanized are to meet the following REPLACED WITH. requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged 7-11.3(12)D Dry Calcium Hypochlorite(RC) steel shapes. Dry calcium hypochlorite shall not be placed in the pipe as laid. Joint restrainer system components: SECTION 7-11.3(12)K HAS BEEN REVISED AS Tiebolt: ASTM A242, type 2, zinc plated or hot-dip FOLLOWS: galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM 7-11.3(12)K Retention Period (RC) A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. Treated water shall be retained in the pipe at least minimum for 5/8"and 60,000 lbs. minimum for 3/4" by 24 hours but no long than 48 hours. After this period, the heat treating (quenching and tempering) to chlorine residual at pipe extremities and at other representative manufactures reheat and hardness specifications. SST points shall be at least 25 mg/1. 753:3/4" for 14"to 24" mechanical joints. same ASTM SECTION 7-11.3(12)N HAS BEEN REVISED AS specification as SST 7.. SST 77: 3/4" same as SST 7, FOLLOWS. except 1" eye for 7/8" rod.same ASTM specification as SST 7. 7-11.3(12)N Final Flushing and Testing(RC) Before placing the lines into service, a satisfactory report Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and shall be received from the local or State health department or 3/4", ASTM A563, grade C3, or zinc plated. S8: 518" an approved testing lab on samples collected from and 3/4",ASTM A563, grade A, zinc plated or hot-dip representative points in the new system. Samples will be galvanized collected and bacteriological tests obtained by the Engineer. Tiecoupling: used to extend continuous threaded rods SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY and are provided with a center stop to aid installation, ADDING THE FOLLOWING: zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods,ASTM A563, grade C3. S10: for 5/8" and 7-11.3(13) Concrete Thrust Blocking and Dead- 3/4"tierods,ASTM A563,grade A. Man Block(RC) Provide concrete blocking at all hydrants, fittings and Tierod: continuous threaded rod for cutting to desired horizontal or vertical angle points. Conform to The City of lengths, zinc plated or hot-dip galvanized. SS12: 5/8" Renton standard details for general blocking, and vertical and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. blocks herein. All fittings to be blocked shall be wrapped S12:5/8" and 3/4"diameter,ASTM A36,A307. with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming Tiewasher: round flat washers, zinc plated or hot-dip materials and shall not be poured around joints. The forms galvanized. SS17: ASTM A242, F436. S17: ANSI shall be stripped prior to backfilling. Joint B18.22.1. restraint(shackle rods),where required,shall be installed in Installation: accordance with section 7-11.3(15). Install the joint restraint system in accordance with the Provide concrete dead-man blocks at locations shown manufactures instructions so all joints are mechanically on the plans. The dead-man block shall include reinforcing locked together to prevent joint separation. Tiebolts steels,shackle rods,installation and removal of formwork. shall be installed to pull against the mechanical joint SECTION 7-11.3(I5)IS NEWADDITIONAL SECTION. body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts: Install tiecouplings with both 7-11.3(15) Joint Restraint Systems (RC) rods threaded equal distance into tiecouplings. Arrange General: tierods symmetrically around the pipe. Where shown on the plans or in the specifications or required by the engineer,joint restraint system (shackle rods) shall be used. all joint restraint materials used shall be those manufactured by star national products, 1323 holly avenue PO box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the engineer. Materials: Steel types used shall be: High strength low-alloy steel(cor-ten), ASTM A242, _ heat-treated,superstar"SST" series. High strength low-alloy steel(cor-ten), ASTM A242, superstar"SS"series. Page-SP-54 Revision Date: 05/17/95 (12:54 PM) 7-12 Valves for Water Mains 7-12 Valves for Water Mains Pipe Diameter Number of 3/4" SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: Tie Rods Required 7_11.5 Payment(RC) 4".........................................................2 6...........................................................2 1. "_Pipe for Water Main and Fittings_In. 8".........................................................3 Diam.",per lineal foot. 1011........................................................4 The unit contract price per linear foot for each size and 12"........................................................6 kind of"_Pipe for Water Main In. Diam." shall be full 14"........................................................8 pay for all work to complete the install_ation of the water main 1641........................................................8 including but not limited to trench excavating, bedding, laying 18"........................................................8 and jointing pipe and fittings, backfilling, concrete thrust 20.........................................................10 blocking, installation of polyethylene wrap, cleaning by 24..........................................................14 poly-pigs, vertical crosses for insertion and removal of 30..........................................................(16-7/8"rods) poly-pigs,temporary thrust blocks and blow-off assemblies, 36"........................................................(24-7/8"rods) testing, flushing, disinfecting the pipeline, shackle rods, abandoning and capping existing water mains, removing miscellaneous pipes, removing and salvaging existing Where a manufactures mechanical joint valve or fitting hydrant assemblies, and other appurtenances to be is supplied with slots for "T" bolts instead of holes, a abandoned as shown on the plans,and cleanup. flanged valve with a flange by mechanical joint adapter 3. "Concrete Thrust Blocking and Dead-Man shall be used instead, so as to provide adequate space Blocks",per cubic yard. for locating the tiebolts. The unit contract price bid for "Concrete Thrust Where a continuous run of pipe is required to be Blocking and Dead-Man Block" Shall be for the complete restrained, no run of restrained pipe shall be greater cost of labor, materials, equipment for the installation of than 60 feet in length between fittings. Insert long body the concrete thrust blocks and dead- man blocks, including solid sleeves as required on longer runs to keep tierod but not limited to excavation,dewatering,haul and disposal lengths to the 60 foot maximum. Pipe used in of unsuitable materials, concrete, reinforcing steel, shackle continuously restrained runs shall be mechanical joint rods and formwork. If this item is not included in the pipe and tiebolts shall be installed as rod guides at each contract schedule of prices,then thrust blocking and dead- joint. man blocks shall be considered incidental to the installation Where poly wrapping is required all tiebolts, tienuts, of the pipe and no further compensation shall be made. tiecouplings, tierods, and tiewashers, shall be 4. "Connection to Existing Water Mains",per each. galvanized. All disturbed sections will be painted,to the The unit contract price per each connection to existing inspectors satisfaction,with koppers bitomastic no.300- water mains shall be for complete compensation for all m,or approved equal. equipment, labor, materials required for the connections to Where poly wrapping is not required all tiebolts, the existing water mains. tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or 7_12 Valves for Water Mains plain and painted in the entirety with koppers bitumastic no.800-m,or approved equal. SECTION 7-12.02 HAS BEENREVISED AS FOLLOWS: Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-12.2 Materials(SA) SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS Materials shall meet the requirements of the following FOLLOWS: sections: Gate Valves 9-30.3(1) 7-11.4 Measurement(RC) Gate Valves 16 Inches and Larger 9-30.3(2) Measurement for payment of concrete thrust blocking Butterfly Valves 9-30.3(3) and dead-man blocks will be per cubic-yard when these Valve Boxes 9-30.3(4) items are included as separate pay items. If not included as Valve Marker Posts 9-30.3(5) separate pay items in the contract,then thrust blocking and Combination Air Release/Air Vacuum Valves 9 30.3(6) 9-30.3(7) dead-man blocks shall be considered incidental to the End Connections 9 38:3(7) installation of the water main and no further compensation 9-30.5(1) shall be made. Tapping Sleeve and Valve Assembly 9-30.3(8) Measurement for payment for connections to existing water mains will be per each for each connection to existing SECTION 7-12.3(01)HAS BEEN REVISED AS FOLLOWS: water main(s)as shown on the plans. 7-12.3(01) Installation of Valve Marker Post(RC) Where required, a valve marker post shall be fumished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The Page-SP-55 Revision Date: 05/17/95 (12:54 PM) 7-12 Valves for Water Mains 7-12 Valves for Water Mains expesed peFtien of thevalve FnadEer pests shall be painted with ladder rung, concrete risers as required, adjustment to final grade. _ and then the size of the valve and the disc.nee in fee! and .ehes !a the valve _hall be stenciled with 1.laek paint on th 3. "16 inch and larger Butterfly Valve and Concrete f,.e of the post, ..,„eil hie will _,.duce leae_ Vault," per each. 2:nehes high. The unit contract price per each for the 16" and larger SECTION 7-1Z-1(2)IS NEW SECTION: butterfly valve assembly, shall be full pay for all labor, equipment and material to furnish and install the valve 7-12.3(2) Adjust Existing Valve Box to Grade(RC) complete in place on the water main, including trenching, Valve boxes shall be adjusted to grade in the same jointing, blocking of valve, painting, disinfecting, manner as for manholes,as detailed in Section 7-05.3(I) of hydrostatic testing, concrete vault, cast-iron casting and the Renton Standards. Valve box adjustments shall cover, ladder, concrete risers as required, adjustment to include, but not be limited to, the locations shown on the final grade. Plans. Existing roadway valve boxes shall be adjusted to 4. "Blow-off assembly," per each. conform to final finished grades. The final installation The unit contract price per each for each blow-off assembly shall be made in accordance with the applicable portions of shall be for all, labor,equipment and material to complete Section 7-12. the installation of the assembly per the City of Renton In the event that the existing valve box is plugged or Water Standard Detail,latest revision. blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve 5. "Air-Release/Air-Vacuum Valve Assembly," per installation in a fully operable condition. The valve box shall be set to an elevation tolerance of each. one-fourth inch(1/4")to one-half inch(1/2")below finished The unit contract price per for air-release/air-vacuum valve grade. assembly shall be for all, labor,equipment and material to SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE complete the installation of the assembly including but not FOLLOWING: limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, 7-12.4 Measurement backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per City of Adjustment of existing valve boxes to grade shall be Renton Standard Detail,latest revision. measured per each,if included as a separate pay item in the Contract; if not a separate pay item but required to 6. "Adjust Existing Valve Box to Grade(RC)," per complete the work, then value box adjustment shall be each. considered incidental. Hydrant auxiliary gate valve will be included in the The contract bid price for "Adjust Existing Valve Box to measurement for hydrant assembly and will not be Grade" above shall be full compensation for all labor, included in this measurement item, material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, SECTION 7-12.5 IS DELETED AND REPLACED WITH including all incidental work. If not included as a separate THE FOLLOWING. pay item in the Contract, but required to complete other work in the Contract,then adjustment of valve boxes shall 1. "Gate Valve from 4 inch to 10 inch in diameter be considered incidental to other items of work and no and Valve Box," per each. futher compensation shall be made. The unit contract price per each for the valve of the Thp, , „t_.,,.t „' aeh f .,_ the a ,e ei flea specified size,shall be full pay for all labor,equipment and shall be f;,ll pay f.._ all „_k 10 f„_„iSh and- install ;he valve material to furnish and install the valve complete in place eem„late in 01aee the waief including „eh on the water main, including trenching,jointing, blocking jointing, ,,1,,ckin of valve, ^painting, disinfecting, h ,,+Fes* of valve, painting, disinfecting, hydrostatic testing, cast- test;g �lve bexe and... _l.e_post. iron valve box and extensions as required, valve nut extensions,adjustment to final grade. 2. "12 inch Gate Valve and Concrete Vault," per each. 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, Page-SP-56 Revision Date: 05/17/95 (12:54 PM) 7-14 Hydrants 7-15 Service Connections 7-14 Hydrants SECTION 7-14.5IS REVISED AS FOLLOWS. 7-14.5 Payment(RC) 7-14.3 Construction Details(RC) Payment will be made in accordance with Section 1-04.L for each of the following bid items that are included in the SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED proposal: AS FOLLOWS: 1. "Hydrant Assembly",per each. 7-14.3(1) Setting Hydrants(RC) The unit contract price per each for"Hydrant Assembly" After all installation and testing is complete, the exposed shall be full pay for all work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, portion of the hydrant shall be painted with eeetwo field coats. shackles, tie rods, concrete blocks, gravel, and painting and The type and color of paint will be designated by the Engineer. guard posts required for the complete installation of the Any hydrant not in service shall be identified by covering hydrant assembly as specified. The pipe connecting the with a burlap or plastic bag approved by the Engineer, hydrant to the main shall be considered incidental and no Hydrants shall be installed in accordance with AWWA additional payment shall be made.�xc-epttlte—�i�pe specifications C600-93,Sections 3.7 and 3.8.1 and the City ;„ �"-";a re_" ";F"e of Renton standard details. Hydrant and guard posts shall inn hydrant�� " Y g P v., c",..;,,..� i i c be painted in accordance with the water standard detail. 2. "Resetting Existing Hydrants",per each. Upon completion of the project, all fire hydrants shall be The unit contract price per each for "Resetting Existing painted to The City of Renton specifications and guard Hydrant" shall be full pay for all work to reset the existing posts painted with two coats of preservative paint NO. 43- hydrant, including rebuilding (or replacement with a new 655 safety yellow or approved equal. Fire hydrants shall be hydrant),shackling, blocking, and posts and of such length as to be suitable for installation with Y )' painting, guard reconnecting to the main. The new pipe connecting the connections to 6", 8" AND 10" piping in trenches 3 - 1/2 hydrant to the main shall be considered incidental and no feet deep unless otherwise specified. The hydrant shall be additional payment shall be made. New pipe Fequired fforn designed for a 4-1/2 foot burial where 12" and larger pipe the rn-ain to the--h drant will--be—=aid�i as in is shown unless otherwise noted on the plan. cow. Guard posts, shown on the plans shall be Fire hydrant assembly shall include: cast-iron or incidental to the contract. ductile iron tee(MJ x FL),6" gate valve (FL x MJ),6" DI 3. "Moving Existing Hydrants",per each. spool(PE x PE),5-1/4"MVO fire hydrant(A1J connection), The unit contract price per each for "Moving Existing 4" x 5" Stortz adapter,cast iron valve box and cover,3/4" Hydrant" shall be full pay for all work to move the existing shackle rods and accessories, concrete blocks and two hydrant, including new tee, rebuilding (or replacement with concrete guard posts(only if hydrants are outside right-of- a new hydrant), shackling, blocking, painting, and guard way). posts and reconnecting to the main. The new pipe connecting Joint restraint(Shackle Rods) shall be installed in the hydrant to the main shall be considered incidental and accordance with Section 7-11.3(15). no additional payment shall be made SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING conneeti%nswi'll be paid f' as speeified inc " c THEFOLLOWING: Guard posts, shown on the plans shall be incidental to the contract. 7-143(3) Resetting Existing Hydrants(RC) This work shall conform to Section 7-14.3(1). All 7-15 Service Connections hydrants shall be rebuilt to the approval of the City(or replace with a new hydrant). All rubber gaskets shall be SECTION 7-15.3 IS REVISED AND SUPPLEMENTED AS replaced with new gaskets of the type required for a new FOLLOWS: installation of the same type. SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING 7-15.3 Construction Details(RC) THE FOLLOWING. Pipe materials used to extend or replace existing water 7-14.3(4) Moving Existing Hydrants(RC) service lines shall be copper, All hydrants shall be rebuilt to the approval of the Ripeservice line connection to the new main will conform to City(or replaced with a new hydrant). All rubber gaskets the standard plans of the City of Renton. The Engineer shall be replaced with new gaskets of the type required for will indicate the location for the taps on the new main for a new installation of the same type. each service to be connected.. The contractor will direct tap main for 3/4" service. The contractor will use copper tubing,type K,soft for 3/4" services. Type I: Connections to existing copper services will be made with compression type,three part union couplings. Page-SP-57 Revision Date: 05/17/95 (12:54 PM) 7-17 Sanitary Sewers 7-17 Sanitary Sewers Install new meter setter and meter box and cover per excavating, tapping the main, laying and jointing the pipe City of Renton Standard Details, latest revisions. Relocate and fittings and appurtenances backfilling, testing, meter box per location shown on plans and reconnect to flushing, and disinfection of the service connection:, new existing private water service line. meter setter,solid core threaded spacer,new meter box and cover, at location shown on the plans, and per City of Type II: Where existing galvanized services exist,they Renton Standard Details,latest revision. shall be replaced with a new copper pipe The-tinit sentraet price per eaeh€er "SeFviee Eenneetien service to the property line. (Meters shall be In.Oiafn."shall be full pa eF all• erks• install•h located in planter strip between sidewalk and po.� . ,r�o.n�.,n� curb) ineetien' ineluding but not lkniie Install new meter setter and meter box and cover per eNeavating,tapping the main,laying and jeinting the pip City of Renton Standard Details,latest revisions. Relocate and•"""b"and appuFtenanees baekfiIiing,test'"" meter box per location shown on plans and reconnect to flushin and disinf�etien . existing private water service line. 4. Combination Air Release/Air Vacuum Type III: Where future stub services shall be installed Valves In.,per each. they shall be installed as above,to the The unit contract price per each of _In., property line with a meter box(less 3/4 combination air-release/air-vacuum valve shall be full pay meter). A solid core threaded spacer the for all work to install the air-vac release assembly, length of a meter shall be installed in place of including but no limited to, excavating, tapping the main, the meter. laying and jointing the pipe and fittings and apputenances, Install new meter setter and meter box and cover per backfilling, testing, flushing, and disinfection, meter box City of Renton Standard Details,latest revisions. and cover, at location shown on the plans, and per City of SECTION 7-15.5 HAS BEEN DELETED AND REPLACED Renton Standard Detail,latest revision. WITH THE FOLLOWING: 7-17 Sanitary Sewers 7-15.5 Payment(RC) Payment will be made in accordance with Section 1- SECTION 7-17.2 HAS BEENREVISED AS FOLLOWS: 04.1,for the following bid item when it is included in the proposal: 7-17.2 Materials(RC) 1. Type I "Service connection In.Diam," per Pipe used for sanitary sewers may be: each. Rigid Flexible The unit contract price per each for Type 1 Service Connection_In. Diam." shall be full pay for all work to Concrete ABSosite install the service connection, including but not limited to PVC(Polyvinyl Chloride) excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances backfilling, testing, Ductile Iron flushing, and disinfection of the service connection:, new Materials shall meet the requirements of the following sections. meter setter, new meter box and cover, re-connecting to existing private water service line and re-locating the meter Plain Concrete Storm Sewer Pipe 9-05.7(1) at location shown on the plans and City of Renton Reinforced Concrete Storm Sewer Pipe 9-05.7(2) 9-A3:$. Standard Details,latest revision. PVC Sewer Pipe 9-05.12 Ductile Iron Sewer Pipe 9-05.13 2. Type 11 "Service connection In.Diam," per 9 8344 each. The unit contract price per each for "Type II Service All pipe shall be clearly marked with type, class, and Connection .In. Diam." shall be full pay for all work to thickness. Lettering shall be legible and permanent under install the service connection, including but not limited to normal conditions of handling and storage. excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances backfilling, testing, 7-17.3 Construction Requirements flushing, and disinfection of the service connection:, new meter setter, new meter box and cover, re-connecting to existing private water service line and re-locating the meter 7-17.3(1) Excavation and Preparation of Trench at location shown on the plans and City of Renton SECTION 7-17.3(1)B IS SUPPLEMENTED BY ADDING Standard Details,latest revision. THE FOLLOWING: 3. Type III "Service connection In. Diam," 7-17.3(1)B Pipe Bedding(RC) per each. Pipe bedding material for PVC pipe shall be placed to The unit contract price per each for "Type III Service a depth of 6" below the bottom of the pipe and extending Connection_ In. Diam." shall be full pay for all work to up 12" above the crown on all pipes. install the service connection, including but not limited to Page-SP-58 Revision Date: 05/17/95 (12:54 PM) 7-17 Sanitary Sewers 7-17 Sanitary Sewers The hand-placed bedding around the pipe and to a ends of the pipe to provide full length barrel support of the point 12" above the crown of the pipes shall be pipe and to prevent pointloading at the bells or couplings. mechanically compacted to 90 percent. The remaining Where necessary to raise or lower the pipe due to backfill shall be mechanically compacted to 95% density. unforeseen obstructions or other causes, the ENGINEER Hand compaction of the bedding materials under the may change the alignment and/or the grades. Except for pipe haunches will be required. Hand compaction shall be short runs which may be permitted by the ENGINEER, accomplished by using a suitable tamping tool to firmly pipes shall be laid uphill on grades exceeding 10 percent. tamp bedding material under the haunches of the pipe. Pipe which is laid on a downhill grade shall be blocked and Care shall be taken to avoid displacement of the pipe held in place until sufficient support is furnished by the during the compaction effort. following pipe to prevent movement. Pipe bedding shall be considered incidental to the pipe Unless otherwise required, all pipe shall be laid and no further compensation shall be made. straight between the changes in alignment and at uniform SECTION 7-17.3(2)A IS REVISED AS FOLLOWS: grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the 7-17.3(2)A Survey Line and Grade(RC) minor axis of the reinforcement in a vertical position. Survey fine and grade control hubs shall be provided Immediately after the pipe joints has been made, in accordance with Sections 1-05.4, 1-05.5 and 1-11 and proper gasket placement shall be checked with a feeler gage consistent with accepted practices. as approved by the pipe manufacturer to verify proper The Contractor shall transfer line and grade into the gasket placement. ditch where they shall be carried by means of laser control SECTION 7-17.3(2)E IS SUPPLEMENTED BY ADDING using 50 foot minimum intervals for grade staking. Any THE FOLLOWING TO THE END OF THE 2ND other procedure shall have the written approval of the PARAGRAPH: Engineer. SECTION 7-17.3(2)B IS SUPPLEMENTED BY ADDING 7-17.3(2)E Gasketed Joints (RC) THE FOLLOWING: Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or joint 7-17.3(2)B Pipe Laying(RC) system. Any damaged pipe shall be replaced by the Checking of the invert elevation of the pipe may be made Contractor at this expense. by calculations from measurements on the top of the pipe, or SECTION 7-17.3(2)G IS SUPPLEMENTED BY ADDING by looking for ponding of 1/2" or less, which indicates a THE FOLLOWING: satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the(eight-tenths) flow elevation, unless otherwise approved 7-17 Unless Sewer Line Connections (R otherwise approved by the Engineer, all by the Engineer. Unless All pipe, fittings, etc. shall be carefully handled and connections of lateral sewers to existing mains shall be protected against damage, impact shocks,and free fall. All made through a cast iron saddle secured to the sewer main pipe handling equipment shall be acceptable to the with stainless steel bands. When the existing main is ENGINEER. Pipe shall not be placed directly on rough constructed of vitrified clay, plain or reinforced concrete, ground but shall be supported in a manner which will cast or ductile iron pipe, the existing main shall be core protect the pipe against injury whenever stored at the drilled. trench site or elsewhere. No pipe shall be installed where Connections (unless booted connections have been the lining or coating show defects that may be harmful as provided for) to existing concrete manholes shall be core- determined by the ENGINEER. Such damaged lining or drilled, and shall have an "O" ring rubber gasket meeting coating shall be repaired, or a new undamaged pipe shall ASTNI C-478 in a manhole coupling equal to the Johns- be furnished and installed. Manville Asbestos-Cement collar, or use a conical type The CONTRACTOR shall inspect each pipe and flexible seal equal to kore-N-Seal. PVC pipe connection fitting prior to installation to insure that there are not shall consist of tee, nipple and couplers as approved by the damaged portions of the pipe. Any defective, damaged or Engineer. unsound pipe shall be repaired or replaced. All foreign SECTION 7-17.3(2)1 IS SUPPLEMENTED BY ADDING matter or dirt shall be removed from the interior of the THE FOLLOWING: pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the 7-17.3(2)1 Protection of Existing Sewerage pipe line shall be closed with water tight expandable type Facilities (RC) sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, When extending an existing sewer, the downstream wood, or other similar temporary plugs will not be system shall be protected from construction debris by permitted. placing a screen or trap in the first existing manhole Pipe shall be laid directly on the imported bedding downstream of the connection. It shall be the contractor's material. No blocking will be permitted, and the bedding responsibility to maintain this screen or trap until the new shall be such that it forms a continuous, solid bearing for system is placed in service and then to remove it. Any the full length of the pipe. Bell holes shall be formed at the construction debris which enter the existing downstream system, shall be removed by the contractor at his expense. Page-SP-59 Revision Date: 05/17/95 (12:54 Plvt) 8-01 Erosion Control 8-09 Raised Pavement Markers and to the satisfaction of the Engineer. When the first manhole is set, it's outlet shall be plugged until acceptance 8-02 Roadside Punting by the Engineer. SECTION 7-17.3(4)1 IS SUPPLEMENTED BY ADDING THE FIRST PARAGRAPH OF SECTION 8-02.3(2)A HAS THE FOLLOWING: BEEN REVISED AS FOLLOWS: 7-17.3(4)I Television Inspection (RC) 8-02.3(2)A Chemical Pesticides(SA) Once the television inspection has been completed the Application of chemical pesticides shall be in accordance contractor shall submit To the Engineer the written reports with the label recommendations and Washington State of the inspection plus the video tapes. Said video tapes are Department of Agriculture orders. The applicator shall be to be in color and compatible with the City's viewing and licensed by the State Gentraeting Agency of Washington for recording systems. The City system accepts 1/2" wide high the class of pesticide utilized. The Contractor shall furnish the density VHS Tapes. The tapes will be run at standard Engineer evidence that all operators are licensed and that the speed SP(1 5/16 I.P.S.). pesticide used is registered in the State Gentraetin Agency of SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS Washington. The Contractor shall furnish the Engineer a copy FOLLOWS: of the product label and material safety data sheet for each pesticide to be used.All chemicals shall be delivered to the job site in unopened containers. The licensed applicator shall 7-17.5 Payment(RC) complete a Pesticide Application Record (DOT Form 540- The unit contract price per linear foot for sewer pipe of 506)daily with a copy furnished to the Project Engineer. the kind and size specified shall be full compensation for THE FOURTH PARAGRAPH OF SECTION 8-02.3(11) structure excavation, dewatering, backfilling,pay--fef HAS BEEN REVISEDASFOLLOHIS. furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings, joint 8-02.3(12) Plant Establishment(SA) materials, per Section 7-17.3(4) and adjustment of inverts to Third year plant establishment, if when included in the manholes for the completion of the installation to the required contract, shall begin immediately at the completion of the lines and grades. Unless specifically identified and provided second year plant establishment period and shall be- m:nifflu as separate items, structure excavation, dewatering and of 6 months OF Until Oetebei: 31, whiehevei: is late . If the backfilling shall be incidental to pipe installation and no second year plant establishment period ends on or before further compensation shall be made. May 31,third year plant estalishment shall end on October 9. "Bank Run Gravel for Trench Backf ill Sewer",per 31 of the same year. If the second year plant establishment cubic yard or ton. period ends after May 31, third year plant establishment The unit contract price per ton or cubic yard for "Bank shall end on October 31 on the following year. Run Gravel for Trench Backfill Sewer"shall be full pay for all work to furnish,place,and compact material in the trench. SECTION 8-05.02 IS REVISED AS FOLLOWS: 12. "T.V.Inspection," per lump sum. 8-05.02 Materials In the second paragraph the section reference is Division 8 revised to read: Miscellaneous Construction8 Section 6-02. 8-09 Raised Pavement Markers 8-01 Erosion Control SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: THE THIRD ' PARAGRAPH OF 8-01.3(4)A IS 8-09.5 Payment(RC) SUPPLEMENTED BYADDING THE FOLLOWING: Payment will be made for each of the following bid items 8-01.3(4)A Seeding(SA) that are included in the proposal: When seeding by hand, the seed shall be incorporated 1. "Raised Pavement Marker Type I",per into the top 1/4 inch of soild by hand raking or other eached. method that is approved by the Engineer. 2. "Raised Pavement Marker Type 2",per eachhundFe . 3. "Raised Pavement Marker Type 3- In.",per eached. The unit contract price per eachhundfed for "Raised Pavement Marker Type 1","Raised Pavement Marker Type 2", and"Raised Pavement Marker Type 3- In."shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Page-SP-60 Revision Date: 05/17/95 (12:54 PM) 8-10 Guide Posts 8-14 Cement Concrete Sidewalks Specifications including all cost involved with traffic control unless traffic control in 8-13 Monument-eases secerdanee with ceetien 1.07 23(5) is listed in the contract as a separate pay item. SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS FOLLOWS. 8-10 Guide Posts 8-13.1 Description(RC) SECTION 8-10.3 IS REVISED AS FOLLOWS: This work shall consist of furnishing and placing 8-10.3 Construction Requirements(SA) monument cases and covers, in accordance with the Standard Plans and these Specifications,in conformity with the lines and Guide posts shall be of such length as to provide a height locations shown in the Plans or as staked by the Engineer or by of 482 inches, plus or minus 3 inches above the nearest edge the Contractor supplied surveyor. of traveled pavement surface and to maintain an 18 to 24 inch SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS burial depth.,or as ethef-A,ise speeified. FOLLOWS: 8-11 Guardrail 8-13.3 Construction Requirements THE FIRST PARAGRAPH OF SECTION 8-11.4 IS The monument will be furnished and set by the Engineer REPLACED WITH THE FOLLOWING TWO or by the Contractor supplied surveyor. SECTIONS: When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring 8-11.4 Measurement(SA) that a registered surveyor references the existing monuments prior to construction. After construction is Measurement of beam guardrail and beam guardrail Type complete, the monuments shall be re-established by the I long posts will be by the linear foot measured along the line surveyor in accordance with RCW58.09.130. of the completed guardrail ffemn ead to en including transitiee Cp tiers , expansion sections, and will also SECTION 8 IS SUPPLEMENTED BY ADDING THE include the terminal section for Type F connections. FOLLOWING. Measurement of beam guardrail transition sections will be per each for the type of transition section installed. 8-13.4 Measurement Terminal sections, except for Type F connections, will be All costs for surveying and resetting existing considered part of the transition section and will be monuments impacted by contruction shall be considered included in the measurement of the transition section. incidental to the contract unless specifically called out to be ITEM NO. S OF SECTION 8-II.S HAS BEEN REVISED paid as a bid item. AS FOLLOWS: SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-11.5 Payment(SA) 10 1. x 10 1. Treated T-inber Rest",pef ea6h. 8-13.5 Payment The unit "lam0 In x 1�0 i 2. "Reset Existing Monument" per each. T.e.ated Tim'— D,.42 .."-- t.e f.11 pay £f.£.�.�,; Resetting an existing monument impacted by .eels, equipment, reateriaks—neeessar-y—te eemplete the construction shall be incidental unless included as a pay tall , e£ the 10 inn 10 iRCh tt.eae,1 timber pas!, item. Ite'.,.,te A16% 15 steel past and aaa ehme„t e£the a aFdra;I- 8-14 Cement Concrete Sidewalks andpavement binstallation epefations. 5. "Beam Guardrail Transition Section Type _", per each. SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING The unit contract price per each for "Beam Guardrail THE FOLLOWING: Transition Section Type_" shall include posts,terminal sections, and attaching the transition to masonry 8-14.3(4) Curing(RC) structures. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly placed concrete. Damaged, vandalized, or unsightly concrete shall be removed and replaced at the expense of the Contractor. Page-SP-61 Revision Date: 05/17/95 (12:54 PM) 8-17 Impact Attenuator Systems(New) 8-17 Impact Attenuator Systems(New) SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE cement concrete specified in Section 9-03. Urea shall be FOLLOWING. thoroughly mixed with the sand in an amount equal to 5 percent by weight of the sand to guard against freezing. 8-14.4 Measurement(RC) 8-17.3 Construction Requirements(SA) When the contract contains a pay item for "Curb Installation shall be in accordance with the Ramp, Cement Concrete," the per each measurement shall manufacturer's recommendations. This shall include the include all costs for the complete installation per the plans connection to concrete barrier or a bridge abutment and and standard details including expansion joint material, the transition section identified in the Plans,construction of curb and gutter and ramped sidewalk section. Sawcutting, steel reinforced concrete pads or anchors, construction of removal and disposal of excavated materials including reinforced concrete backup,and attachment to pavement. existing pavement and sidewalk, crushed surfacing base The Contractor shall have a complete set of materials and all other work, materials and equipment replacement parts on the job site for each type of required per Section 8-14 shall be included in the per each temporary barrier and shall repair any damaged impact price for "Curb Ramp, Cement Concrete" unless any of attenuators immediately. During repair of damaged these other items are listed and specified to be paid as impact attenuators,the Contractor shall provide necessary separate pay items. If the contract does not provide a pay item for "Curb traffic control as approved by the Engineer. Ramp, Cement Concrete," but the plans call for such Temporary impact attenuators shall not be used for permanent impact attenuators. installation, then quantities shall be measured with and As soon as a temporary impact attenuator is no longer paid for under the bid items for Curb and Gutter and for needed, as determined by the Engineer, the Contractor Cement Concrete Sidewalk. When curb ramps are to be shall remove it from the project and it shall remain the constructed of asphalt concrete, the payment shall be property of the Contractor. included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 8-17.4 Measurement(SA,RC) SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Temporary and permanent impact attenuators will be measured per each for each installation. 8-14.5 Payment(RC) Resetting impact attenuators will be measured per each for each installation that is adjusted or reset to a new 2. "Curb Ramp,Cement Concrete," per each. location on the project. Payment for excavation of material not related to the If no pay item is included for temporarey impact construction of the sidewalk but necessary before the sidewalk attenuators then all costs to provide and install shall be can be placed, when and if shown in the Plans,will be made in considered a part of the pay item for"Traffic Control." accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and 8-17.5 Payment(SA,RC) disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all Payment will be made in accordance with Section 1- costs thereof in the unit contract price per square yard for 04.1, for the following bid items when they are included in "Cement Conc. Sidewalk and the per each contract price for the proposal. Curb Ramp,Cement Concrete." 1. "Temporary Impact Attenuator," per each. 2. "Permanent Impact Attenuator," per each. 3. "Repair Impact Attenuator," by force account as 8-17 Impact Attenuator Systems (New) provided in Section 1-09.6. If no pay item is included for temporary impact THE VACANT SECTION 8-17 IS REPLACED BY THE attenuators then all costs to provide, install, maintain and FOLLOWING: reset shall be considered a part of the pay item for "Traffic Control." 8-17.1 Description (SA) To provide a common proposal for all bidders, the Contracting Agency may enter an amount for "Repair This work shall consist of furnishing, constructing, Impact Attenuator" in the proposal to become a part of the repairing, and. removing temporary impact attenuator total bid by the Contractor. No payment will be made for systems and furnishing and constructing permanent impact repair of impact attenuators damaged by the Contractor's attenuator systems, including pads, nose covers, and operations. transitions. 4. "Resetting Impact Attenuator," per each. 8-17.2 Materials(SA) The Contractor shall select impact attenuator systems from the approved list shown in the Plans. Sand for inertial barrier systems shall be dry and meet the requirements of fine aggregate Class 1 for Portland Page-SP-62 Revision Date: 05/17/95 (12:54 Plot) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical a necessary part and incidental to the excavation in 8-20 Illumination, Traffic Signal Systems, accordance with the standard specifications. Unsuitable material shall be removed and backfill shall be select and Electrical material approved by the Engineer. The City reserves the right to make additions or deletions to the trench which SECTION 8-20.1(2) HAS BEEN SUPPLEMENTED WITH prove necessary for the completion of the project. THE FOLLOWING: The minimum width for the trench will be at the option of the contractor. Trench width will, however, be of 8-20.1(2) Industry Codes and Standards (SA) sufficient size so that all of the necessary conduit can be International Municipal Signal Association (IMSA), installed within the depths specified while maintaining the P.O.Box 539,1115 North Main Street,Newark,NY 14513. minimum cover. Trench backfill material in roadway and sidewalk 8-20.2 Materials areas shall be compacted to 95% of the material's maximum density,per Section 2-03.3(14)D. SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS. THE FOLLOWING: 8-20.2(1) Equipment List and Drawings(RC) 8-20.3(4) Foundations(RC) The Contractor shall submit for approval six sets of shop Class 3 surfaee finish shall be applied to expesed surfaee drawings for each of the following types of standards called for of e on this project: Where obstructions prevent construction of planned 1. Light standards with or without pre-approved plans. foundations, the Contractor shall construct an effective 2. Signal standards with or without pre-approved plans. foundation satisfactory to the Engineer. 3. Combination Signal and lighting standards. The eombined height of the light ndaFd ^rote 4. Metal Strain Poles. foundation ..l..s .he .,..^h^. h^l, ....,. height ..h..n not o oea The contractor shall provide all material for and construct the foundations for and to the dimensions The Contractor also shall submit either on the signal specified in table 1 below. The anchor bolts shall match standard shop drawings or attached to the signal standard that of the device to be installed thereon. shop drawings all dimensions to clearly show the specific All excess materials are to be removed from the mast arm mounting height and signal tenon locations for foundation construction site and disposed of at the each signal pole to be installed. contractor's expense. SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY Concrete shall be placed against undisturbed earth if ADDING THE FOLLOWING: possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum 8-20.3(2) Excavating and Backfilling(RC) density. Before placing the concrete the contractor shall The contractor shall supply trench within the unit block-out around any other underground utilities that lie in widths and to the specified depths at the locations indicated the excavated base so that the concrete will not adhere to on the contract plans or as directed by the engineer. the utility line. Concrete foundations shall be troweled, The contractor shall have approved compaction brushed, edged and finished in a workmanship-like equipment on site before beginning any excavation; manner. Concrete shall be promptly cleaned from the compaction shall be performed at the time of the initial exposed portion of the anchor bolts and conduit after backfilling of the trench unless directed otherwise by the placement. Foundation shall all be Class 3000 concrete. engineer. . After the specified curing period,the contractor may install Trenching for conduit runs shall be done in a neat the applicable device thereon. manner with the trench bottom graded to provide a uniform grade. No work shall be covered until it has been Table I examined by the engineer. backfill material used for fill around and over this conduit system shall be free of rocks Type of device Dimensions greater than two inches in diameter to a depth of six inches above the conduit. Street Light Pole 4'Deep x 3'Sq or Dia. Trench within the roadway area shall use select trench Signal Pole up to 40' mast arm 7'Deep x 3'Sq or Dia. backfill which shall consist of 5/8th inch minus crushed Signal Controller See Detail Sheet surfacing top course or other material as indicated in the Street Light Control Cabinet See Detail Sheet special provisions or schedule of prices and directed for use Special Base See Detail Sheet by the engineer. The source and quality of the material shall be subject to approval by the engineer. Trench All concrete foundations shall be constructed in the backfill within the sidewalk area shall be made with manner specified below: acceptable materials from the excavation subject to the 1. Where sidewalk or raised islands are to be constructed as Engineer's approval of the material and shall be considered a part of this project, the top of the foundation shall be Page-SP-63 Revision Date: 05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical made flush with the top of the sidewalk or island. (See to install conduits by operrtrenching. Open trench construction detail sheet) shall conform to the following: 2. Where no sidewalks are to be installed, the grade for the I. The pavement shall be sawcut a minimum of 3 inches top of the foundation shall be as specified by the engineer. deep. The cuts shall be parallel to each other and (See detail sheet) extend 2-feet one (1) foot beyond the edge of the All concrete foundations shall be located as per stationing on the plans or as located by the engineer in the trench. field. 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide 24 inches minimum cover SECTION 8-10.3(5) IS REVISED AND SUPPLEMENTED over conduits below the roadbed, and 18 inches AS FOLLOWS: below finished grade in all other areas.. 4- Trench width shall he A inchesOF the ee ..d..:t 8-20.3(5) Conduit(SA,RC) diameteF PIUS 2 inehes,whieheveF is laFgef. dal.,..„:-Fed"feel " nduit shall he installed at the fell..,..:„„ 5. Trenches located within paved roadway areas shall leeatiensi be restored per the Renton Standard Detail. 1- All rAndhpd erArhe I.rlled with 3 inches „f sand ever the „a,.:. 2- 3- All f e the 1., base the nenrort �h-r�cmTcr@.� {, II h placed level ♦.. d ci4nrFete� shall be p oc—leveel te, and fix. 3 iflehes below, the sttr4'aee of the Fe 4- All funs installed at traffic signal installations. paN,ement f llewed by 3 :....he" ..i' .. mate-;.,I c eiv g ati1 t+ Pull Wires Shall be installed. 6 ..l vends ti.-- radios less than 3 feet. RtH+S All conduit shall be rigid non-metallic unless noted ...bedded :th:fl Feinfereed coHefeie stfuetures afe otherwise in the Plans or Special Provisions. mod` All conduit openings shall be fitted with approved All conduit entefing „"a„„ boxes andseB4'eebellends or Bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing installed elsewheFe in the Fun, the eendui; segmen of different schedule types between terminations. ,he „et;„„ box ,. e foundation "halt The contractor shall provide and install all conduit of ., 10 feet length of galvanized steel and necessary fittings at the locations noted on the plans. eenduit -eernplele with a field bend ed Conduit size shall be as indicated on the wiring and conduit schedule shown on plans. Conduit to be provided and installed shall be of the type indicated below: sieel faeief�, elbow complete with eeupling and--a 1. Schedule 40 heavy wall p.v.c. Conforming to ASTDf 10 feet length Of galvanized steel conduit may-be standards shall be used whenever the conduit is to be installed in lieu of the previously FneRtioned 10 fee4 placed other than within the roadway area. length of galvanized steel eonduit with field bef4 2. Schedule 80 extra heavy wall p.v.c.Conforming to ASTI•f n„„"embedded within .e;„f„Feed ",.„"Fete stiuctufestandards shall be used when the conduit is to be placed n nother „te within the roadway area. �`T `d Ie".,t;"„,..,,,fed :„.he,.,.„t.� All joints shall be made with strict compliance to the � 9` manufacturer's recommendations regarding cement used rl,.„..,e,.,n:" " .,d.,;t .,, be a .,1.,.,ed a an alternate . and environmental conditions. metallic" nduit at other 1..caiie„s unless s ":red otheitwise ; SECTION 8-10.3(6)IS SUPPLEMENTED BY ADDING the ..tFaet w;e„„,stall;" nduit „"tall-alien shall include THE FOLLOWING: equipment grounding-eendueter and "hall ...,..f....., tO .)fed in the Standard Plans Neninetaiii. „dui; 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 us of .,l„„.;„..... " nduit "hall be restricted t The inscription on the covers of all junction boxes shall be as indicated below: !ed steel. 1. Street lighting only: "Lighting" 2-. Aluminum conduit shall not be plaeod in . 2. Signal only: "Signals" r,r mll;" eend .;t shall be .lased under_existing_pavemen 3. Traffic signal and street lighting: "TS-LT" 4. Telemetry only: "Telemetry" distwbed without the apPFON'al ef the gngineeF and then only in Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal, or both, shall be :„ee small maoles may he eut_in,he pavement1eeate consistent throughout the project. All junction boxes shall s h „ t be installed in conformance with provisions contained in alrstfae{leas- the standard plans and detail sheets. If allowed in the Plans or if obstructions are encountered The unit contract price per each for "Type I" or in jacking or drilling operations,the Contractor will be allowed The 11" junction box shall be full compensation for Page-SP-64 Revision Date: 05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical furnishing same and for all costs of labor, material, tools, All street light standards, signal poles and other and equipment necessary to provide and install the standards on which electrical equipment is mounted shall junction boxes including excavation, backfilling and be grounded to a copper clad metallic ground rod 5/8" in compaction all in accordance with plans,specifications and diameter x 8'0" in length complete with a #8 AWG bare detail sheets. copper bonding strap located in the nearest junction box. All junction boxes shall have galvanized steel lids and All signal controller cabinets and signal1lighting service frames. cabinets shall be grounded to a 5/8" in diameter x 8'0" in All junction boxes and associated concrete pads shall length copper clad metallic ground rod located in the be installed on compacted sub grade which shall include six nearest junction box with a bare copper bonding strap inches of 5/8th-inch minus crushed surfacing top course sized in accordance with the plans, specifications and material installed under and around the base of the applicable codes. junction box. Concrete shall be promptly cleaned from the Ground rods are considered miscellaneous items and junction box frame and lid. all costs are to be included with the system or conductors. The unit contract price per junction box shall include Ground straps are also miscellaneous items unless a installation of 5/8th-inch minus crushed surfacing top separate pay item is provided in the"Schedule of prices." course and a 4" thick Class "B" cement concrete pad SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED enclosing the junction box as per the plans, specifications AS FOLLOWS: and detail sheets. Installation of the crushed surfacing and the concrete pad shall be incidental to the unit price per 8-20.3(10) Service(RC) junction box and no further compensation will be made Power sources shown in the Plans are approximate only; unless the contract includes separate pay items for exact location will be determined in the field. "crushed surfacing" and/or for"concrete pad." Unless ^,tier,,;"° noted in the Plans eF in the Speeial SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED Nevisions each senice shall include^tirnbe.polo as specified AS FOLLOWS: in Seat:^.. o 29 6(3) a meteF base installed : aeeeFdanee with 8-20.3(9) Bonding,Grounding(RC) f size eted the Plans, the . .duct risefsend und assemb!). .,dueteFs (I.....inai.e"y .1 light "tanda. " eabinet" ..,etallie- The " ^ b ..l•.ee. shall he ,1..., ..i ♦he.-...^I ei nd et.,) shall be add eel,^.,i-all, and eleetfieall„ breaker e "ed ..ght heusin that a .,be padleeke.1 seeufe to fe - ^ •,^••" " . b: , hell be err^`:•.eh. Upon request of the Contractor, the Engineer will make grounded. where rA all:" " .duct stems afe a pleyea the the necessary arrangements with the serving utility to complete conduit system constitutes the equipment^ ^a:^^^ ndueter. the service connections. Electrical energy used prior to Whe.e . tall:, nduit is installed, the ,..pled^'.^. "hen completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when Stanch^., Plans in addition to ,duet^." ealled f. in the such operation is ordered by the Engineer,will be borne by the State City. ^dusters "hall be " ..,lea ^ el:a b^.e ^ insulated green Three types of power service are used as indicated of the same efess seetienal afea as 14e o A WG below: gieunding eenductei: is required in 1. Type I system shall be single phase 120 volt, 2 wire, 60 the Standard Plans. vrhe.e .^uel ^ :," aFe elope a cycle A.C.(traffic signal service only) 2. Type II, system shall be single phase 240 volt, 2 wire, 60 cycle A.C. (street lighting non contactor, individual :.,ea h..;he..^.:.,^^retie 1^.^e".^,.e.".,..e^,,fe,.:"e"e.,.:.,^^.... Y t containedeiFeuit in the eend :t o controlled photo-cell with no neutral mire) 3. Type III system shall be single phase 120/240 volt, 3 wire Identification of the equipment grounding conductor shall 60 cycle A.C. (street lighting contactor/traffic signal, conform to all Code requirements. grounded neutral service) Grounding of conduit and neutral at the service point shall The power service point shall be as noted on the plans be accomplished as required under the Code. Grounding of the and shall be verified by the electrical servicing utility. neutral shall be accomplished only at the service. The service cabinet shall be marked with the service Twe seFViee grouRds "hall be installed at eaeh eleet.:.,^l agreement letters and numbers.The markings shall be installed service installation and at each separately de.:,.eapewel` on the outside cabinet door near the top of the cabinet. The source. Eaeh ser-.viee ffOund shall eenfeFm to the detail in the markings shall be series C using stencils and black enamel Standard- Pla'ens-faF"Serwiee GFeund." The "^ ^••^a alkyd gloss paint conforming to Federal Specification installat;ens shall be lecaied ^ minimum of 6 feet .,paFt The TT-E-489. f;...t gFOU...i Fed "hall be e ted to a ent:..,eus- SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS FOLLOWS: 8-20.3(11) Field Test (RC) _. ' n FeF II tests ha heen I e,l 4r ^Ff:.. signal fiaFfous eeFe FnateFials and shall be solid Feds not less than 10 feet in length if the).., e 1/2 ineh :n diameter e t le""tha.. systems,the installatien will be turned oR ie flash epefatien-by the r , h" direrlienf l f T1, ..1 �1,oI] 8 feet :., le.,gth :fthe. a;/Q inch eF large.ill diafnete. b ' v-r�zr-nne-n-Snr-rx--erie�-ar'sr Page-SP-6S Revision Date:05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical FernaiH in flash OPM68H a minimurn Of three ealend^- days of an approved-,threaded sleeve nut and stud, and repairing the foundation with epoxy concrete repair. switehing to step and go eperatien is seveR ealendaF days. 7. The grout pad shall not extend above the elevation of The date f. ^h....^:.,^ a^.., flashing ^p and go the bottom of the slip base. operatieii shall be mutually affeed upen by the GentFaOtOF and- 8. Anchor bolts shall be installed plumb,f I degree. thT. No change to stop and go operation will be 9-. Wififig fOF Slip base installation shall P-n-H-fAffrn to allowed after 2 p.m.on any day nor will the change be allowed . on Friday, weekends,holidays,or the day preceding a holiday. €eIjWA'irag ffesent r^ the eh.nge. 4- At existing foundatiens, the eh, is pole, ,t 1. Requests for traffic signal turn on will not be pad, and leveling nuts shall be Ferneved. Genduit considered until a pre-turn on inspection of signal shall he eut a ....,.•:...um height e f 2 inches abov system has taken place. the feundatien. 4neher belts that afe damaged 2. All discrepancies and deficiencies must be corrected by be FepaiFed with apff%,ed sleeve nuts as noted under the contractor and re-inspected prior to requesting slap base installation PFOeeduFes- signal turn on date. 2-. e neh,..belts shall be ..t goo 2 ,r2 t^ -1 inches above 3. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided the �qundatien. At new foundations, the ancher and has been energized by the electric utility. shall be installed with top ef belt 2 W2 to 3 inche 4. A minimum of three(3)working days notice will be . required for signal turn on. 3. Couplings shall be installed to ,,.:thin 1.18 :.,^h t^ 5. Channel nation at the intersection must be complete per 34 inch e f the r^,, a t: ,, 1: shall then "e plan before requesting signal turn on date. Any leveled. deletions of channelization prior to turn on must be ¢ The pole shall be set and plumbed; and washeps; approved by the engineer. 6. City forces shall provide,post and maintain proper nuts, and skin installed—pef nufaet reF'' signing warning of new signal ahead. MPAdAtiARs. Slip base insei4 installatiens shall eenfefm to details in th 8-20.3(13) Illumination Systems Standard Plans, All new light standafds shall haN,e as appFeVed metal tag SECTION 8-20.3(13)A IS REVISED AND ��d��he—p^^l^�—�^ve�—t#te l�ar�l�ele. The '^"^��'i^infeffliation shall be ^ SUPPLE3IENTED AS FOLLOWS: ` stamped he tag= 8-20.3(13)A Light Standards 2- LuFninaiFe wattage, Slip base installation shall.. nfemito the£11^.,,i.,a' 3- LurninaiFe elt.,.,o 4-. The '" plane shall he f"o of bstructiens sue ' All new light standards shall be numbered for protruding eanduit of anehof belts. The eenduit; identification in accordance with the Plans using painted 3-inch series C numbers installed three feet above the base facing the a height at or belew the elevatieii of the top of th travelled way. Paint shall be black enamel alkyd gloss bettem slip plate. conforming to Federal Specification TT-E-489. 2- All Nyashe shall be 4 Ne14TO M 164 (AST AA + In setting timber poles, the Contractor shall provide a 325) WasheFs in the slip plane shall be placed- minimum burial of 10 percent of the total pole length plus between the bottom slip plaie and the keepef plate. 2 feet and shall plumb or rake the poles as directed by the 3. Anchor bolts shall extend through the top heavy hex Engineer. nut two full threads. The hand hole shall be located at 90 degrees to the 4 'L belts shall be new A.ASHTO davit arm on the side away from traffic. A grounding lug 164 (A ST-M A 325) er n 9TM A 44Q bolts with or nut shall be provided in the hand hole frame or inside lean undar aged thFead The ^1.,..,ping belts shall the hand hole frame or inside the pole shaft to attach a ground bonding strap. All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand standad: pressures caused by wind loads of 85 m.p.h. with gust factor of 1.3. plate shall be smeeth, without Wegularkies; 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 pressure. 6. Anchor bolts damaged after the foundation concrete Davit Arms: is placed shall not be repaired by bending or welding. The davit style arm shall incorporate a 5'9" radius bend The Contractor's repair procedure is to be submitted as measured from the centerline of the shaft. The outer to the Engineer for approval prior to making any portion of the arm shall be nearly horizontal to +2' above repairs. The procedure is to include removing the horizontal and shall be furnished with a 2" diameter damaged portion of the anchor bolt, cutting threads shipfitter with a maximum length of 8 inches to fit the on the undamaged portion to remain, the installation luminaire specified. The pole end of the davit arm tube Page-SP-66 Revision Date: 05/17/95 (12:54 PM) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical shall be fastened securely to the top of the shaft producing a flush joint with an even profile. SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING Anchor Base: THE FOLLOWING: A one piece anchor base of adequate strength, shape and size shall be secured to the lower end of the shaft so that 8-20.3(14) Signal Systems(RC) the base shall be capable of resisting at its yield point the All signal conductors shall be stranded copper and bending moment of the shaft at its yield point. The base shall have 600 volt insulation and be of the sizes noted on shall be provided with four slotted or round holes to the plans. All multi-conductors used for the signal system receive the anchor bolts. Nut covers shall be provided shall conform to division 9-29.3 and shall be of the sizes with each pole. noted on the signal wiring schedule and wiring diagram. Anchor Bolts: Four steel anchor bolts, each fitted with two hexnuts and All stranded wires terminated at a terminal block shall two washers, shall be furnished with the pole. Anchor have an open end,crimp style soderless terminal connector, bolts shall meet the requirements of Section 9-06.5(3) and and all solid wires terminated at a terminal block shall 9-06.5(4). The anchor bolt yield point shall be capable of have an open end soldered terminal connector. All resisting the bending moment of the pole shaft at its yield terminals shall be installed with a tool designed for the point installation of the correct type of connector and crimping The contractor shall assure that all anchor bolts with pliers, wire cutters,`-etc., will not be allowed. All conform to the recommended ASTM specifications of the wiring inside the controller cabinet shall be trimmed and pole manufacturer and shall secure and submit to the City cabled together to make a neat, clean appearing for approval all manufacturer data on pole bending installation.No splicing of any traffic signal conductor shall moment, anchor bolt fabrication data, test results and any be permitted unless otherwise indicated on the plans. All other data that may be required to confirm that the anchor conductor runs shall be attached to appropriate signal bolts meet these specifications. terminal boards with pressure type binding posts. The only Miscellaneous Hardware: exceptions shall be the splices for detector loops at the All hardware (bolts, nuts, screws, washers, etc.) needed nearest junction box to the loops. to complete the installation shall be stainless steel. I.D.(Identification for poles): SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING The contractor shall supply and install a combination of THE FOLLOWING(RC) 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 8-20.3(14)C Induction Loop Vehicle Detectors(RC) level on the pole facing approaching traffic. Legends 11. Splices to loop return cables shall be made with shall be sealed with transparent film, resistant to dust, soldered compression type connectors. weather and ultraviolet exposure. The decal markers shall be 3 inch square with gothic gold, white SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING reflectorized 2 inch legend on a black background. The THE FOLLOWING: I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering 8-20.3(14)D Test for Induction Loops and Lead-in office. Cost for the decals shall be considered incidental to the Cable(RC) contract bid. The Contractor shall keep records of field testing and Light standards shall be spun aluminum davit style shall furnish the engineer with a copy of the results. and shall meet the pole detail requirements indicated below SECTION 8-20.3(14)E IS REMISED AND and the detail sheets at the end of these specifications. SUPPLEMENTED AS FOLLOWS: The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. 8-20.3(14)E Signal Standards (RC) The pole shall be adjusted for plumb after all needed 3. Disconnect connectors complete with pole and equipment has been installed thereon. After pole is bracket cable shall be installed in any signal standard installed and plumbed, nuts shall be tightened on anchor supporting a luminaire. illurn;;atiofl wiring bolts using proper sized sockets, open end, or box installat4on shall e8Rf4M details in the Plans r _ wrenches. Use of pliers, pipe wrenches, or other tools that slip base wifing- can damage galvanizing will not be permitted. Tools shall 4, No field dFillifig Will be allowed an si-.nal mas! aFmS be of sufficient size to achieve adequate torquing of the nuts. the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack 14. The signal standard and its fabrication shall mortar grout and trowled to a smooth finish conforming to conform with all current Washington State the contour of the pole base plate. Department of Transportation Signal Standard Dry pack mortar grout shall consist of a 1:3 mixture of Specifications and current pre-approved plans by portland cement and fine sand with just enough water so WSDOT. that the mixture will stick together on being molded into a 15. Installation of_ all nuts and bolts shall be ball by hand,and will not exude moisture when so pressed. performed with proper sized sockets, open end or A one half inch drain hole shall be left in the bottom of the box wrenches. Use of pipe wrenches or other tools grout pad as shown on the standard detail. Page-SP-67 Revision Date: 05/17/95 (12:54 Prot) 8-20 Illumination,Traffic Signal Systems,and 8-20 Illumination,Traffic Signal Systems,and Electrical Electrical which can damage the galvanization of the nuts _' ",shall be full and bolts will not be permitted. pay for furnishing all labor, materials, tools, and equipment Tools shall be of a sufficient size and strength to necessary for the construction of the complete electrical achieve adequate torquing of the nut(s). system, modifying existing systems, or both, as shown in the SECTION 8-20.3(14)FISANADDEDNEWSECTION: Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing 8-20.3(14)F Opticom Priority Control Systems materials, and for making all required tests. All additional (RC) materials and labor, not shown in the plans or called for herein All new Opticom Priority System components shall be and which are required to complete the electrical system, shall 500 Series,or approved equal. The Contractor shall supply be included in the lump sum contract price. one copy of the manufacturer's software on original disks. . Controller cabinets shall have the 562 harness wired into _ the cabinet by the supplier. In. Diaam. shall he Pill ay feF fid FRishi all pipe, pipe SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING eerr„estie;ts, elbevrs�e►rds, eats-fedaeefs, ci+lets-s;a THE FOLLOWING: Flaeing the pipe 8-20.3(15) Grout(RC) b,elifillin of the of pavement and bedding After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate the eanduit, exeept that when e-RiAllii is ineluded on ally shall be filled with a dry pack mortar grout trowled to a smooth finish conforming to the contour of the pole base system and the canduit is net shown as a pay item, it shall be plate. Dry pack mortar grout shall consist of a 1:3 mixture :.duded ki the lump.-..rn pr:ee f..-the system shown. of portland cement and fine sand with just enough water so All costs for installing conduit containing both signal and that the mixture will stick together on being molded into a illumination wiring shall be included in the contract prices for ball by hand and will not exude moisture when so pressed. the signal system. A one half inch drain hole shall be left in the bottom of the All costs for installing junction boxes containing both grout pad as shown on the standard detail, illumination and signal wiring shall be included in the contract prices for the signal system. SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS The unit prices for the items listed below shall be full FOLLOWS: compensation for furnishing and installing each item and for all labor, materials, tools, equipment and testing 8-20.4 Measurement(RC) necessary and/or incidental for the full and complete installation as per the contract plans,detail sheets and these When shown as lump sum in the Plans or in the proposal specifications. as illumination system , traffic signal display—aad 3. "Trench and Backfill,......." wide b}.........."deep, " deteetier}system —, er�A^ signal-ceRtFal system — per linear foot. no specific unit of measurement will apply, but measurement The unit contract price for (3) "Trench and Backfill" will be for the sum total of all items for a complete system to per linear foot shall be full compensation for excavating, be furnished and installed. loading, hauling and otherwise disposing of the waste Conduit of the kind and diameter specified in the materials, for backfilling and compacting backfill material Schedule of Prices will be measured by the linear foot for the to specified density and for the restoration of the trench to actual neat line length in place, unless the conduit is included its pre-existing condition or as shown on the plans or as in an illumination system, signal system, or other type of directed by the Engineer all in accordance with the plans, electrical system lump sum bid item. specifications and detail sheets. Measurement for unit price items shall be as described 4. "Select Trench Backfill," per ton.(4)"Select in Section 8-20.5 or as described in the contract schedule of Trench Backfill" shall consist of 5/8" minus crushed prices and/or special provisions. surfacing top course and the unit per ton price shall SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS include all costs associated with furnishing and FOLLOWS: installing the material and loading,hauling and disposing of waste materials. 8-20.5 Payment(RC) 5. "........Foundation,.......," per each.* 6. "Type....Junction box," per each. * Payment will be made for each of the following bid items *The unit per each price for (5)"Foundation" and that are included in the proposal: (6)"Junction Box" shall be full compensation for full and I. "Illumination System ", lump sum. complete installation per the plans,specifications and detail 2. "Traffic Signal DisplaySystem ", sheets including enclosing each item in a finished concrete lump sum. pad which shall be incidental unless a separate pay item is 3 a FaAle Signal Gentrel System—", lump su,v.. included in the Schedule of Prices for "Concrete Pad." The lump sum contract price for "Illumination System 7. "Concrete Pad," per square yard. — and "Traffic Signal Display and DelerliAn System Page-SP-68 Revision Date: 05/17/95 (12:54 PM) 8-22 Pavement Marking 8-22 Pavement Marking Measurement for (7)"Concrete Pad" shall be by the installation in accordance with the plans,specifications and square yard of surface area enclosed inclusive of and not detail sheets. The unit price shall also include providing subtracting for the area of the junction box or foundation and installing conduit stub-outs and soldered splices, enclosed and shall be full compensation for full and splices to loop return cables unless separate pay items are complete installation as per the plans, specifications and included in the contract schedule of prices for these other detail sheets. items. Sawcutting shall be considered incidental to the loop 8. "......." Schedule 40 Conduit,P.V.C." per linear installation whether or not there is a separate pay item in foot.* the contract for sawcutting. Measurement for a standard 6' 9. "......."Schedule 80 conduit,P.V.C.," per linear x 6' induction loop shall be 28 linear feet. Sawcutting for foot.* loop "Home runs" shall be done such as to minimize the * The unit contract price for conduit shall include all total linear feet of sawcutting required by means of proper conduit, couplings, adapters, elbows, bends, reducers, bell locating of loop return "Stub-out", by direct routing of ends, bushings,and any other material, labor or equipment "home runs" and by combining up to 4 pairs of loop wires necessary to complete the installation of the conduit. in a single "home run" sawcut. Loop and "Home Run" Measurement shall be by linear foot from end of conduit to layout shall be approved by the Engineer before sawcutting end of conduit as measured from the top of grade along the takes place. middle of the trench line and adding a vertical 24. ".......Splice kit," per each. measurement at the end of each conduit run equal to the 26."Emergency Vehicle pre-emption detector," per design depth of the trench. No payment shall be made for each. additional conduit used by the contractor due to horizontal 27."Opticom discriminator card," per each. or vertical weaving of the conduit within the trench line. 28."Detector amplifier," per each. 10. "Street Light Standard.......," per each. 29. "Street light fuse kit," per each. I I. ".....:watt...Luminaire and lamp," per each. 30. "Pedestrian push button with sign," per each. 12. .........watt...Luminaire and lamp with photocell," 31. "Pedestrian push button post," per each. per each. 32. "Pedestrian signal pole,Type I, 10-feet," per each. 13. ........AWG....copper wire," per linear foot. 33. "Relocate existing.......pole," per each. 14. "Service cabinet," per each. The unit per each price for "relocate existing ....pole" The unit per each price for(14)"Service cabinet" shall shall be full compensation for removing the pole from its be full compensation for furnishing and installing the fully existing foundation, removing and salvaging or re- equipped cabinet and for risers, standoffs and any other installing existing equipment, plugging holes as required materials, labor or costs associated with providing and installing the pole on its new foundation and shall electrical service as required by the electrical utility, the include all labor,tools, materials,equipment and any other contract plans, details and specifications and not included costs necessary and/or incidental to complete the as separate pay items in the contract schedule of prices. installation and make the electrical equipment operational 15. "........Signal head......," per each. all in accordance with the plans, specifications and detail 16. ".......Signal head mounting hardware," per lump sheets. SUM. 34."Remove existing.......Foundation," per each. The lump sum price for (16)......Signal head mounting The unit per each price for "Remove existing hardware" shall be full compensation for supplying and foundation" shall be full compensation for full and installing all traffic or pedestrian signal head mounting complete removal and hauling and disposal of the hardware in conformance with the plans,specifications and foundation. detail sheets. 17. "Pole mounted terminal box......x..."x......and 8_22 Pavement Marking mounting hardware," per each. 18. "2/c shld loop return cable," per linear foot. SECTION8-22.1 IS REVISED AS FOLLOWS: 19. "3/C shld pre-emption cable,"per linear foot. 20. "..:-pair shld interconnect cable," per linear foot. 21."Traffic signal controller and cabinet," per each. 8-22.1 Description (RC) The unit contract price for "Traffic Signal Controller and Cabinet" shall be full compensation for furnishing and Skip Center Stripe installing a fully equipped, wired and operational A BROKEN YELLOW line 4 inches wide. The controller and cabinet, broken or "skip" pattern shall be based on a 40-feet 24- 22. "Traffic signal wire," per lump sum. foot unit consisting of a 10 feet 9-foot line and a 30 feat 23. "Signal standard,Type...,with ...-foot mast arm," 15-foot gap. Skip center stripe is used as center line per each. delineation on two lane or three lane,two way highways. 24. "Induction loop vehicle detector." per linear foot. The unit linear foot contract price for (24)"Induction Double Yellow Center Stripe loop vehicle detector" shall be measured by the linear feet Two SOLID YELLOW lines, each 4 inches wide. of full depth sawcut required for installation. The unit separated by a 4-inch OF 12 i space. Double ycllo\\ price shall be full compensation for full and complete center stripe is used as center line delineation on installation including wire, sealant and all other labor, multilane,two way highways and for channelization. materials, tools and equipment required to complete the Page-SP-69 Revision Date: 05/17/95 (12:54 P1%4) 8-22 Pavement Marking 8-22 Pavement Marking Core StripeApproach Stripe SECTION 8-22.3(5)IS REVISED AS FOLLOWS: A SOLID WHITE line, 8 inches wide, used--at "eway ramp eeftfle"z:O S A gOFe ..,_,,e is also as to 8-22.3(5) Tolerances for Line Stripes(RC) delineate turn lanes from through lanes,for traffic islands, Length of Stripe: The longitudinal accumulative and for hash marks. Hash mark stripes shall be placed on error within a 40 feet 24-foot length of skip stripe shall 45 degree angle and 10 2-0-feet apart. not exceed plus or minus I inch. Lane Stripe SECTION 8-22.3(6)IS REVISED AS FOLLOWS: A BROKEN WHITE line, 4 inches wide, used to 8-22,3(6) Installation Instructions(RC) delineate adjacent lanes travelling in the same direction. Installation instructions for plastic markings shall be The broken or "skip" pattern shall be based on a provided for both the Contractor and the Engineer. All 40-foot24-foot unit consisting of a 40-€eet 9-foot line and materials shall be installed according to the manufacturer's' a 30 feet 15-foot gap. recommendations Drop Lane Stripe(Skip Approach Line) shall be present at the initial material installat.efi tO appFeVe 0+e A BROKEN WHITE line, 8 inches wide, used to .delineate a lane that ends at The broken or SECTION 8-22.3(7)IS NEW SECTION. "skip" pattern shall be based on a 244-5-foot unit consisting of a 93-foot line and a I-514-foot gap. 8-22,3(7) Removal of Traffic Markers(RC) No PassiStripe Where shown on the plans or directed by the Engineer, A SOLID YELLOW line, 4 inehes wide, separate the Contractor shall remove all old or conflicting stripes, lines, buttons, or markers as required to complete the is pfoh'bited- ern.the la—Ae 'eunded by the ne pass stFipe. channelization of the project as shown on the plans or Where passing is prohibited in both difeeti""" detail sheets. This work shall be considered incidental to V StFipes shall be twe SOLID Ei T GI 1 lines, :....ha..each A other contract pay items and no further compensation shall be made unless a separate pay item or items are provided Reversible Lane Strip for such removal. Twe BROKEN YELLOW OW lines "a,.h A :..ahw; u,;d" Removal of traffic markers shall be conducted in a ' manner so as to prevent damage to the existing pavement. All damage due to Contractor operations shall be repaired shall hhe h-ased en a 40 feet unit eensisting ef a 10 fee! by the Contractor at his expense and to the satisfaction of line and a 30 feet gap. the Engineer. Two Way Left Turn Stripe Pavement markings shall be obliterated by A SOLID YELLOW line, 4 inches wide, with a hydroblasting, sandblasting, or other method approved by BROKEN YELLOW line, 4 inches wide, separated by a the Engineer, until blemishes caused by the pavement 4-inch space. The broken or"skip"pattern shall be based markings removal conform to the coloration of the adjacent on a 40 feet 24-foot unit consisting of a-10-fee t 9-foot pavement. If, in the opinion of the Engineer,the pavement line and a 30-feet 15-foot space. The solid line shall be is materially damaged by pavement marking removal,such installed to the right of the broken line in the direction of damage shall be repaired by the Contractor at his expense travel. to the satisfaction of the Engineer. Sand or other material deposited on the pavement as a result of removing stripes Crosswalk Stripe and markings shall be removed as the work progresses to A SOLID WHITE line,42 8 inches wide and 10-feet avoid hazardous conditions. Accumulation of sand or long, installed parallel to another crosswalk stripe with a other material which might interfere with drainage will not 6 feet space between the lifies, unless neted otherwise i be permitted. the;trae-and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of SECTION IS REVISED AND SUPPLEMENTED AS lanes. See detail sheet.. FOLLOWS: Stop Bar 8-22.4 Measurement(RC) A SOLID WHITE line,48 12, 18 or 24 inches wide aeiess as noted eN3efw-ise-in on the Contract plans. Skip center stripe, skip center stripe with no-pass stripe, double yellow center stripe, edge stripe, dotted extension Traffic LetterLegend stripe, lane stripe, drop lane stripe, double no-pass stripe, A WHITE marking reversible lane stripe, and two way left turn stripe will be publaeationPandard 469habei fer Ifighway, gigns an measured by the linear foot as "Paint Stripe" or "Plastic using alphabetical Stripe." The measurement will be based on'h letters.: FeqUiFed of a marking system capable of simultaneous With the exeeption of the tFaffie le.,e."f"rMi fig..a.,.. application of three 4-inch lines with two 4-inch spaces. No of the _a:l.,.aa a.a :aa •,...be! all ..arr.^ lot."-S ..hall ha deduction will be made for unpainted area when the marking 8 feet high.See contract plans and detail sheets. includes a skip line such as skip center stripe,skip center stripe with no-pass stripe, lane stripe, reversible lane stripe, or two Page-SP-70 Revision Date: 05/17/95 (12:54 PM) 8-23 Temporary Pavement Markings 9-03 Aggregates2 way left turn stripe. No addition will be allowed when more considered incidental to other items in the contract or than one line can be installed on a single pass such as skip included under ".Traffic.-Control," if that item is included center stripe with no-pass stripe, double yellow center stripe, as a bid item. double no-pass stripe, reversible lane stripe, or two-way left turn stripe. GeRApproach stripe, barrier stripe, crosswalk stripe,and stop bar will be measured by the linear foot of each marking DIV1SIUn 9 type. Materials Traffic arrows will be measured by the unit with each arrow head defined as a unit. 4�,pe ' 2, and - ^ twe units aeh-. 9-00 Definitions and Tests Traffic lettef legends, handicapped parking stall symbols, preferential lane symbols, railroad crossing symbols, drainage SECTION 9-00 IS SUPPLEMENTED BY ADDING THE markings,and cycle detector symbols will be measured by the FOLLOWING: unit. Measurement for paint/plastic stripe line removed 9-00(A) Recycled Materials(RC) shall be by the linear foot of "...." wide line or shall be included in the lump sum price for"remove existing traffic The City encourages the use of recycled materials markings" unless specified to be paid as a separate pay whenever practicable, provided that those materials meet item. or exceed all applicable requirements described elsewhere in the contract specifications. Should recycled materials be SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS utilized, the City requires that a Recycled Product FOLLOWS: Reporting Form be completed by the Contractor. 8-22.5 Payment(RC) 9-02 Bituminous Materialsl 3. "Painted GereApproach Stripe",per linear foot. 13. "Painted Traffic LetterLegend",per each. 9-02.1 Asphalt Material,General 14. "Plastic Traffic LetterI gend",per each. 22."Remove Paint Line....."wide," per linear foot.* SECTION 9-02.1(10)IS NEW SECTION: 23."Remove Plastic Line......"Wide," per linear 9-02.1(10) Loop Sealant(RC) foot.*' 24."Remove existing traffic markings,"per lump Unless specified otherwise in the contract or permitted sum.* by the Engineer upon request from the contractor, loop * The linear foot contract price for 21. "Remove Paint sealant shall be hot-melt, rubberized asphalt sealant Line" and 22. "Remove Plastic Line" and the lump sum (Crafco Loop Detector Sealant or approved equal), shall contract price for 23. "Remove existing traffic markings" meet the penetration, flow and resilience specifications of shall be full compensation for removal of existing traffic ASTM D3407 and shall be installed with an approved markings as per the plans, specifications and detail sheets. applicator in conformance with manufacturer's If these pay items do not appear in the contract schedule of recommendations. prices, then the removal of old or conflicting traffic The contractor shall request and obtain approval from markings required to complete the channelization of the the Engineer for the type of loop sealant to be used before project as shown on the plans or detail sheets shall be installing detector loops and shall submit manufacturer considered incidental to other items in the contract and no cutsheets or other data if requested by the Engineer in further compensation shall be made. order to enable the Engineer to determine the acceptability The unit contract prices for the above listed bid items of the sealant. All loop sealant shall only be installed in shall be full pay for furnishing all labor, tools, material, thoroughly clean and dry pavement and shall be applied in and equipment necessary for the completion of the work as conformance with the methods required as to temperature specified. and means of application such as to completely fill the sawcut area, encapsulate the loop wires and adhere to the 8-23 Temporary Pavement Markings pavement. SECTION 8-23.5 IS SUPPLEMENTED WITH THE 9-03 Aggregates2 FOLLOWING: SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 8-23.5 Payment(RC) 9-03.8(6)A Basis of Acceptance (RC) 1. Asphalt Concrete will be accepted based on its If no pay item is included in the contract for conformance to the project job mix formula (JMF). installation or for removal of temporary pavement For Bete h project ^r ^ x eel Jla (J ). markings then all costs associated with these items are CentraPtA—shall —te^ the--; esiree�; Page-SP-71 Revision Date: 05/17/95 (12:54 PM) 9-03 Aggregates2 9-03 Aggregates2 .,tWiye_r samples of the aggregates>~f ti Constituent of Mixture Tolerance Limits stockpile aveffiges and N,ar-iatiea efthe aggregates as The tolerance limit for each mix constituent and theaveffige gradatien of the "le`ed shall not exceed the Based en submitted gFadatien and aggregate,; 4en; broad band specification the GentFaeter, the ❑.ginee will date-mine limits specified in asphalt eentent, anti strip requirement; and asphalt Section 9-03.8(6). etent: F et.. in the mix designPFBeess. Us the Aggregate passing Broad band 'ien of eaeh, trial mix tests will be Fun t I", 3/4" 5/8", 1/2 specification limits and 3/8" sieves Section 9-03.8(6). added. The A412 thus established shall be eh Aggregate passing 1/4" sieve f 6% No material for Aggregate passing No. 10 sieve f 5% payment may be produced for use on a project Aggregate passing No. 40 sieve f 4% until the job mix formula has been approved by Aggregate passing No. 200 sieve f2% Notel the engineer. The mixture shall be designed to Asphalt cement f0.5%Note2 meet the test criteria listed in Section 9-03.8(2) For open graded mix: Tolerance limits shall be for and remain within the limits set forth in 9-03.8(6). aggregate gradation only and shall be as specified in Section The determination of the job mix formula shall be 9-03.8(6). the responsibility of the Contractor. Note 1 —2.0%if less than 50%RAP (Recycled Asphalt The intermingling of asphalt concrete mixtures Pavement),2.5%for 50%RAP or more. produced from more than one JMF is prohibited. Note 2—0.5%if less than 20%RAP,0.7%for over 20% Each strip of asphalt concrete pavement placed RAP,but less than 50%RAP, 1.0%for 50%RAP or greater. during a working shift shall conform to a single job These tolerance limits constitute the allowable limits used mix formula established for the class of asphalt in Section 5-04.3(8)A to determine acceptance.es-dese-ribed concrete specified unless there is a need to make an in Seetien 1 06:2(4). adjustment toin the JMF. The JMF shall be submitted in writing by the the A4F is dete.mine.l the a nstituents of the Contractor to the Engineer at least 10 days prior fniXtUFe at the time of, epte.,ee shell . nfe ffn to the start of paving operations and shall include as a minimum: ..tien and the design asphalt content a. Percent passing each sieve size. C F gFad b. Percent of asphalt cement. plus eF minus 0.7 pefeent. c. Asphalt grade. F' Adjustment d. Mixing temperature. e. Compaction temperature. f. Anti-strip agent content. The Contractor may not make any changes retained on the Ne. 10 sieve and abeN,e, to the JMF without prior written approval of the 1 pereent fOF the aggFegate passing the N&-. Engineer. Should a change in sources of materials be made, a new JMF must be approved by the the aggFegate passing the . 0 These ael.7 .,l:,, themay he Engineer before the new material is used. Ne xtui:e shell be .educed f. use en the pr�j set until the amount of asphalt rnateFial sea ,: stFip additiN,e to be added has been established. betteF quality. The abeN,e adjustment 2: 3 "eb� sFmula Stat+st+eal ^ ^'^pt a and ore , funheF adjustments ,..dared by the Engineer %sill be eemisidered as asphalt eeneFeIe mix submitted b)' the GORtFaeteF in the fnix new A41Z.Adjustments beyend these iiFAit-s willreqUiFe development of a iAAF res..lt:..e Mix Design Recommendations, shall he the P%4F The edjUSted A PIUS OF S t ..A ch..nge eF ad: stment of p ntages .n any a..t eF al-levVed—e shall l' ll be within the the N4 a r.eate a w 1 412Fange e f the bFGad band e eifieat:eas_ 23. Job Mix Formula Tolerances its. 2 -. Asphalt Cement.The Pre�ee!Engineer fna5 a. Teieranees Siatistieal -After the JMF is determined, the several constituents of to ehange asphalt content a FnwEimufn of the mixture at the time of acceptance shall 0.3 ..area..t fFom the _W conform to the following tolerances: field aElju.t.„ents of the F l'at "e o th asphalt eement content--exeeeding--0.3 peFee..t f.em the initial N412 ill he made Page-SP-72 Revision Date: 05/17/95 (12:54 PM) 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits3 pipe shall be Type II in conformance with ASTM C150. No Engineer- admixture shall be used unless otherwise specified. SECTION 9-03.11 HAS BEEN REVISED AS FOLLOWS: SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE FOLLOWING: 9-03.11 Recycled Portland Cement Concrete Rubble(SA) 9-05.7(2)A Basis for Acceptance(RC) All pipe shall be subject to (1) a three-edge-bearing REFERENCES TO RECYCLED CONCRETE IN THE strength (D-load) test in accordance with ASTM C76; and FIRST, SECOND, AND SIXTH PARAGRAPHS ARE (2) a hydrostatic test of rubber gasket joints in accordance REVISED TO READ: with ASTM C361 or AWWA C302 except test pressure recycled Portland cement concrete shall be 5 psi. THE THIRD PARAGRAPH IS REVISED TO READ: SECTION 9-05.7(3) IS DELETED AND REPLACED BY A maximum of 204-0 percent by weight of recycled THE FOLLOWING: asphalt pavement may be used in the blended product. The asphalt content is calculated as the amount of asphalt particles 9-05.7(3) Concrete Storm Sewer Pipe Joints retained on all screens'/.inch and above. (RC) THE SECOND PARAGRAPH OF SECTION 9-03.15 HAS Joint assembly design shall be reinforced concrete bell BEEN REVISED AS FOLLOWS: and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. 9-03.15 Bedding Material for Rigid Pipe(SA) Rubber gasket material shall be neoprene. SECTION 9-05.7(4) IS SUPPLEMENTED BY THE If in the opinion of the Engineer, Bedding mateitia FOLLOWING: the native granular material is free from wood waste, organic material, and other extraneous 9-05.7(4) Testing Concrete Storm Sewer Pipe or objectionable materials, it may be used for pipe bedding. The material shall have a maximum dimension of 1 1/2 Joints(RC) inches.^-a^'^"have^ mf a:mlensien of 2inehes. Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA 9-04 Joint and Crack Sealing Materials C302 except test pressure shall be 5 psi. SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS SECTION 9-04.11 IS A NEW SECTION FOLLOWS: 9-04.11 Butyl Rubber(SA) 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC) Butyl rubber shall conform to ASTM D2000, M1 BG Steel spiral rib sterm sewer pipe shall *he 610. in the Plans er in the speeifieatiens. 9-05 Drainage Structures, Culverts, and The manufacturer of spiral rib storm sewer pipe shall Conduits3 furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all SECTION 9-05.4IS REVISED AS FOLLOWS: respects with these Specifications. The Engineer may require additional information or tests to be performed by the 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Contractor at no expense to the State. Unless otherwise specified, spiral rib storm sewer pipe Steel culvert pipe and pipe arch shall meet the shall be furnished with pipe ends cut perpendicular to the requirements of AASHTO M 36,Type I and Type II. Welded longitudinal axis of the pipe. Pipe ends shall be cut evenly. seam aluminum coated (aluminized) corrugated steel pipe and Spiral rib pipe shall be fabricated either by using a continuous pipe arch with metallized coating applied inside and out helical lock seam or a continuous helical welded seam following welding is acceptable and shall be asphalt paralleling the rib. treatment coated. Spiral ^h ^'^^^ pipe shall h...,e hei eal ribs tha SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE FOLLOWING: friaterial,- ' n n 8HTO M 36 ceetio.7.2.2. 2- 0 373 tree 1,18-inept wide by 0.4375 ineh 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (Fneep . (RC) -3-. 3A ineh wide b5,518 inch deep at 12 inches een— Reinforced Concrete Storm Sewer pipe shall conform center' o,..., ^t,.,n her L^:,...e a •.h a �h . canh erne^,:,ei., to the requirements of ASTAI C-76 and shall be Class IV. ` Cement used in the manufacture of reinforced concrete jointedwith coupling bands, Page-SP-73 Revision Date: 05/17/95 (02:04 PM) 9-05 Drainage Structures,Culverts,and Conduits3 9-05 Drainage Structures,Culverts,and Conduits3 When reqUiFed,SpiFal Fib pipe shall be bitUfBiHOUS tFeatea Spiral rib pipe shall be fabricated by using a continuous helical OF paved. The bitumineus tFeatFReRt feF SpiFal Fib pipe shall lock seam with a seam gasket. €enferm to the requirements-of Seetioes-9-83-4(3) arm Spiral Fib ste.... o o shall have he,ieal ribs tha 4-93-4(4). prejeet eutwafdly,-be feFmed frem a single thieknesT-o€ Steel spiral rib storm sewer pipe shall be matefial,and eenfoffA te one of the fBilewing eenfiguratiensi. manufactured of metallic coated (aluminized or galvanized) .17 " e 9HTQ," 196,Section 7.2.2. corrugated steel and inspected in conformance with Section 2-. 0.375 ineh f P8-ieeh wide by 0.4375�-- inch 9-05.4. The size,coating,and metal shall be as shown in the (Fnin:..,um)deep at 4.80 inches Plans or in the Specifications. 3- 11" inch 1 19 ineh wide by 0.95 ineh (Fni,;..um) For spiral rib storm sewer pipe, helical ribs shall deep at 11.75 inehes eentef to eefitff. project outwardly from the smooth pipe wall and shall be 4: "" inch• ide by C18 inch deep at 12 inches eenter to fabricated from a single thickness of material. The ribs eenteF. shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch Pipe shall be rMFieated with ends that , n be ear etivel.. (measured outside to outside) and a minimum of 0.95 inch joinied with eoupling bands. high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam of paved. The bitumineus L-eatment feF spiral Fib pipe shaH or stiffener to the top surface of rib). The maximum eenfoiwi--to the requirements of Sections 905.4(3) and spacing of the ribs shall be 11.75 inches center to center n n (measured normal to the direction of the ribs). The radius For spiral rib storm sewer pipe, helical ribs shall of bend of the metal at the corners of the ribs shall be a project outwardly from the smooth pipe wall and shall be minimum of 0.10 inch and a maximum of 0.17 inch. If the fabricated from a single thickness of material. The ribs sheet between adjacent ribs does not contain a lockseam, a shall be 3/4 inch wide by 3/4 inch deep with a nominal stiffener shall be included midway between ribs, having a spacing of 7-1/2 inches center to center. Pipe shall be nominal radius of 0.25 inch and a minimum height of 0.20 fabricated with ends that can be effectively jointed with inch toward the outside of the pipe. Pipe shall be coupling bands. fabricated with ends that can be effectively jointed with For narrow pitch spiral rib storm sewer pipe, helical coupling bands. ribs shall project outwardly from the smooth pipe wall and When required, spiral rib or narrow pitch spiral rib shall be fabricated from a single thickness of material. The pipe shall be bituminous treated or paved. The bituminous ribs shall be 0.375 inch ± 1/8 inch wide (measured outside treatment for spiral rib pipe shall conform to the to outside) and a minimum spacing of ribs shall be 4.80 requirements of Sections 9-05.4(3)and 9-05.4(4) inches center to center(measured normal to the direction of For narrow pitch spiral rib sewer pipe,the helical ribs the ribs). The radius of bend of the metal at the corners of shall project outwardly from the smooth pipe wall and shall the ribs shall be 0.0625 inch with an allowable tolerance of be fabricated from a single thickness of material. The ribs ±10 percent. shall be .375 inch ± 1/8 inch wide (measured outside to For wide pitch spiral rib storm sewer pipe, helical ribs outside) and a minimum of.4375 inch high (measured as shall project outwardly from the smooth pipe wall and shall the minimum vertical distance of ribs shall be 4.80 inches be fabricated from a single thickness of material. The ribs center to center (measured normal to the direction of the shall be 3/4 inch ± 1/8 inch wide (measured outside to ribs). The radius of bend of the metal at the corners of the outside)and a minimum of 0.95 inch high (measured as the ribs shall be 0.0625 inch with an allowable tolerance of± 10 minimum vertical distance from the outside of pipe wall to percent. top surface of the rib). The maximum spacing of ribs shall SECTION 9-05.11(1)IS NEWADDITIONAL SECTION be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at 9-05.12(1) CPEP Sewer Pipe(RC) the corners of the ribs shall be 0.0625 inch with an CPEP - Smooth interior pipe and fittings shall be allowable tolerance of± 10 percent. manufactured from high density polyethylene resin which SECTION 9-05.19 IS A NE IV SECTION. shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM 9-05.19 Thermoplastic Storm Sewer Pipe(SA) D1248. In addition,the pipe shall comply with all material Thermoplastic storm sewer pipe shall conform to the and stiffness requirements of AASHTO M294. following: SECTION 9-05.14ISDELETED: Material shall be provided only from a source qualified by the Mterials Laboratory Qualification SECTION 9-05.17 IS REVISED AND SUPPLEMENTED Program. Program requirements are available on AS FOLLOWS: requiest from the Materials Laboratory. PVC storm sewer pipe shall conform to the requirements of 9-05.17 Aluminum Spiral Rib Storm Sewer AASHTO M 304. Polyethylene storm sewer pipe shall Pipe(RC) conform to the requirements of AASHTO M 294S. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the 9-05.19(1) Basis for Acceptance(SA) longitudinal axis of the pipe. Pipe ends shall be cut evenly. Qualified suppliers are identified in the Contract Provisions. Qualification testing is conducted by the Page-SP-74 Revision Date: 05/17/95 (02:04 Piet) 9-06 Structural Steel and Related Materials 9-08 Paints Headquarters Materials laboratory,for each manufacturer of thermoplastic storm sewer pipe. Qualification shall also 9-07 Reinforcing Steel include the requirement of a formal quality Control Plan for each plant presented for consideration. SECTION 9-07.3 IS REVISED AS FOLLOWS. A Manufacturere's Certificate of Compliance shall be required accompanying the materials delivered to the project. The certification shall clearly identify production 9-07.3 Epoxy-Coated Steel Reinforcing Bars(SA) lots for all material represented. The Contracting Agency 9. The minimum thickness of epoxy coating shall be 7 may conduct verification tests of pipe stiffness or other mils 10 mils plus or minus 2 mils. properties as it deems appropriate. 109.All samples shall be shipped to the Washington State 9-05.19(2) Coupling Bands(SA) Department of Transportation, Materials Laboratory, Coupling bands for pressure tested installations shall Tumwater,Washington 98504. conform to the materials employed during the source prequalification. 9-08 Paints 9-06 Structural Steel and Related SECTION 9-08.8 IS NEW SECTION.- Materials 9-08.8 Manhole Coating System Products(RC) 9-06.5 Bolts 9-08.8(1) Coating System Specification (RC) The following coating system specifications shall be SECTION 9-06.5(4) HAS BEEN SUPPLEMENTED BY used for coating (sealing) interior concrete (including the ADDING. channel) surfaces of sanitary sewer manholes when req u i red. 9-06.5(4) Anchor Bolts(RC) Coating System Specification All anchor bolts, nuts, washers and anchor plates for signal poles,street light poles,strain poles or other types of A. General poles shall meet the recommended specifications of the pole 1. Buried Manhole manufacturer. The Contractor shall be responsible for Surface Color Paint System > providing to the Engineer any and all data concerning fabrication, strength test results, mill certification and a. Buried,and White C-1 other data required to confirm that the anchor bolts meet exposed those specifications. concrete The following standard specifications shall apply to surfaces. anchor bolts for street light, signal and strain poles provided that the Contractor can submit documentation 9-08.8(2) Coating Systems from the manufacturer affirming that anchor bolts meeting A. High Solids Urethane these specifications are recommended for the pole to be installed thereon: Coating System: C1 1. The standard anchor bolt for aluminum street light poles Coating Material: High Solids Urethane shall be 42 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft Surfaces: Concrete of the anchor bolt shall be a full one inch in diameter with Surface Preparation: In accordance with SSPC SP- a hot forged four inch"L"bend on the bottom end and a 7(Sweep or brush off blast) minimum of six inches of die-cut threads on the top end. Application: Shop/Field The drying time 2. The anchor bolts for signal poles and strain poles shall between coats shall not meet the specifications as designated on the approved exceed 24hours in any case manufacturer's pole plans and/or supplemental plans or System Thickness: 6.0 mils dry film specifications provided by the manufacturer. Coatings: Primer: One coat of Wasser All anchor bolts, nuts and washers shall meet the pole MC-Conseal high solids manufacturer's specifications and shall be hot dipped urethane(2.0 DFT)Finish: galvanized unless such galvanization is not permitted for Two or more coats of Wasser the type of steel as per Section 9-06.5(4). MC-Conseal(min.4.0 DFT) Page-SP-75 Revision Date: 05/17/95 (02:04 PM) 9-13 Riprap,Quarry Spalls,and Slope Protection 9-17 Flexible Guide Posts may be accepted, providing they do not interfere with the 9-13 Riprap, Quarry Spalls, and Slope proper construction of the-fence. Protection 9-16.1(2)C Pipe Posts,Class 2(SA) Class 2 posts shall be produced by a facility under THE LAST SENTENCE OF THE FIRST PARAGRAPH OF program quality control. A manufacturer's Certificate of SECTION 9-13.3 IS REVISED AS FOLLOWS: Compliance reflecting the Quality Control Program, shall be the sole basis of acceptance. Uncertified materials must 9-13.3 Sack Riprap(SA) be tested prior to use and shall conform to Class 1. Each sack shall be filled with approximately 1 cubic foot 9-16.3(1) Rail Element of concrete having a consistency in conformance with Section The W-beam rail element, backup plates, mid teFminal 6-02.3(43)C for nonvibrated concrete. semis shall consist of 12 gage steel formed into a beam not less than 12 inches wide and 3 inches deep. The Tthrie beam 9-16 Fence and Guardrail rail elements, backup plates, and the transition sections shall consist of 120 gage steel formed into a beam not less than 20 THE FOLLOWING SECTIONSARE NEW. inches wide and 3 inches deep. Thrie beam for bridge rail retrofit shall consist of 10 gage steel formed into a beam not 9-16.1(1)A Class 1 Material(SA) less than 20 inches wide and 3 inches deep. Terminal Class 1 material may be used for chain link fence sections, except Design F terminal sections shall consist of construction statewide. 10 gage steel. Design F terminal sections shall consist of 10 gage steel. A tolerance of 3 percent on any dimension of the 9-16.1(1)B Class 2 Material(SA) rail element or Design F terminal section will be allowed. The physical properties of the steel shall conform to AASHTO Class 2 material may be used for chain link fence posts M 180. for construction east of the Cascades only. Class 2 pipe shall meet the outside dimensions of THE FIRST PARAGRAPH OF SECTION 9-16.3(2) IS ASTNI A 120. Schedule 40 and have a minimum yield REVISED AND SUPPLEMENTED AS FOLLOWS: strength of 50,000 psi. Class 2 pipe shall be hot-dip zinc coated with 0.9 ounces per square foot of exterior surface 9-16.3(2) Posts and Blocks(SA) and shall be over coated with clear acrylic. The internal Except for anchor assemblies,all posts for any one project surface of pipe shall have a protective coating of hot-dip shall be of the same type (wood or steel). Posts and blocks zinc or zinc rich paint with a minimum thickness of 0.3 shall be of the sized and length shown in the Plans and meet mils. the requirements of these Specifications. Post and blocks may be S4S or rough sawn. 9-16.1(2) Posts SECTION 9-16.4(3)HAS BEEN REVISED AS FOLLOWS: THE FOLLOWING SECTIONS HAVE BEEN ADDED TO SECTION9-16.1(2) 9-16.4(3) Wire Rope(SA) 9-16.1(2)A Roll-formed Posts(SA) Wire rope shall be 5/8 -1/2-inch diameter zinc coated steel Roll-formed posts for chain link fence shall be of Class structural wire rope conforming to the requirements of ASTM 1 material and shall be the shape, size, and weight per foot A 603,Class A B. shown in the Standard Plans. Roll-formed end,corner,and pull posts shall be made from 0.1345-inch minimum 9-17 Flexible Guide Posts thickness sheet steel and shall have integral fastening loops to connect to the fabric for the full length of each post. THE FIRST SENTENCE OF THE FOURTH PARAGRAPH Roll-formed line post shall be made from 0.110 inch OF SECTION 9-17.1 IS REVISED TO READ: minimum thickness sheet steel for Type 3 and Type 4 fences and shall be made from a 0.120-inch minimum thickness 9-17.1 General (SA) sheet steel for Type 1 and Type 6 fences. Each flexible guide posts shall be permanently identified 9-16.1(2)B -Pipe Posts,Class 1 (SA) with the manufacturer's name, afld-the month and year of Class 1 pipe sections shall conform to ASTM A 120, fabrication,and a mark indicating the recommended burial Schedule 40,Standard Weights. depth. An acceptance tolerance for posts for chain link fence will allow deviation from the weight per linear foot specified in the Standard Plans. This tolerance shall be applied on an individual post basis and shall be plus or minus 5 percent for tubular and H-Section posts and plus or minus 6 percent for roll form sections. Materials that exceed the weight per foot or wall thickness specifications Page-SP-76 Revision Date: 05/17/95 (02:04 PM) 9-19 Prestressed Concrete Girders 9-29 Illumination,Signals, Electrical No splicing of any traffic signal conductor shall be 9-19 Prestressed Concrete Girders permitted unless otherwise indicated on the plans. All conductor runs shall be pulled to the appropriate signal THE FIRST SENTENCE OF THE SECOND PARAGRAPH terminal compartment board with pressure type binding OFSECTION 9-19.1 IS REVISED AS FOLLOWS: posts. The only exceptions shall be the splices for detector loops at the nearest junction box to the loops. The contractor shall provide and install all the 9-19.1 Aggregates and Proportioning(SA) necessary wiring, fuses and fittings so as to complete the The Contractor shall submit for approval a proposed mix installation of the signal and lighting equipment as shown design for each design strength with a slump not to exceed 4 on the plans. All materials and installation methods,except iBehes fee HE)Fmal e0fiffeie _6 :fiches if supe.. ater reduce.; as noted otherwise herein, shall comply with applicable tfsed sections of the National Electrical Code. 8. Detector loop wire shall be No. 1244 AWG stranded copper wire, Class B, with chemically cross-linked 9-23 Concrete Curing Materials and polyethylene type RHH-RHW insulation of code Admixtures thickness. (11) Six paiF Communications cable (6PC-C) shall meet SECTION 9-23.9 IS REVISED AS FOLLOid S: REA specification PE-39 and shall have six paiF No. 19 AWG wires with 0.008 inch FPA/MPR coated 9-23.9 Fly Ash (RC) aluminum shielding. The cable shall have a petroleum compound completely filling the inside Fly ash shall not be used around water lines. of the cable. The shielded communications/signal interconnect cable 9-29 Illumination, Signals, Electrical shall meet the following: 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE 2. Insulation: solid, virgin high density polyethylene or FOLLOWING: polypropylene,with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted 9-29.1 Conduit(RC) into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. — The conduit P.V.C. - non-metallic shall be of the two 4. Shielding: A corrosion/oxidation resistant tinted ethylene types indicated below: copolymer coated (both sides) .008" thick corrugated 1. Schedule 80 Extra heavy wall P.V.C. conforming to aluminum tape shield is applied longitudinally with ASTNI, Standards, to be used in all installations under shielding coverage. A.005 corrugated tape applied in the roadways. same manner is acceptable. 2. Schedule 40 heavy wall P.V.C. conforming to ASTNI 5. Outer jacket:A black,low density high molecular weight Standards. virgin polyethylene (compounded to withstand sunlight, temperature variations and other environmental SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE conditions plus abuse during installation) is extruded FOLLOWING: overall to provide a continuous covering. 6. Footage markings: footage markings must be printed sequentially a minimum of 2'along the outer jacket. 9-29.2 Junction Boxes (RC) 7. Filling: the entire cable within the outer jacket is flooded Junction boxes shall be reinforced concrete with with petroleum-polyethylene gel filling compound galvanized steel from anchored in place and galvanized including the area between the outer jacket and the shield. steel cover plate (Diamond pattern) as indicated on detail SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE sheets. I FOLLOWING: The inscriptions on the covers of the junction boxes shall be as follows: 9-29.9 Ballast,Transformers(RC) 1. Signal only: "Signals" 2. Street Lighting only:"lighting" The Ballast shall be pre-wired to the lamp socket and 3. Traffic Signal and Street lighting Facilities:"TS-LT" terminal board. The above inscriptions shall not be higher than the top surface of the cover plates. SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: SECTION 9-29.3 1S REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.10 Luminaires(RC) 9-29.3 Conductors,Cable(RC) The filter shall be charcoal with elast-omer gasket. Luminaires shall have a cast aluminum housing of the Each wire shall be numbered at each terminal end cobra head style with a glass ovate refractor. with a wrap-around type numbering strip bearing the The manufacturer's name or symbol shall be clearly circuit number shown on the plans. marked on each luminaire. Pine-SP-77 Revision Date: 05/17/95 (02:04 Plot) 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical normal cyclic operations at the beginning of artery 9-29.11 Control Equipment gfeeflyellow. 4. Power Interruption. On "NEMA" controllers an}, SECTION 9-19.11(1) IS DELETED AND REPLACED power interruption longer than 475 plus or minus WITH. 25 milliseconds, signals shall re-energize consistent with No.2 above to ensure an 8 second flash period 9-29.11(2) Photoelectric Controls(RC) prior to the start of artery green. A power Photoelectric controls shall be a plug-in device, rated interruption of less than 475 plus or minus to operate on 120 volts, 60 Hz. The unit shall consist of 25 milliseconds shall not cause resequencing of the a light sensitive element connected to necessary control controller and the signal displays shall re-energize relays. The unit shall be so designed that a failure of any without change. electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable "''e `1­:__ "£ ' 'c Plus of Fninus 0.25 seeends. Tlio turn-on values in the temperature range of-55 degrees C to 8 second flash pefied Will HOt be FeqUiFed. +70 degrees C. The photo cell shall be mounted externally 5. Conflict Monitor. Upon sensing conflicting signals on top of the luminaire. In a contactor controlled system, or unsatisfactory operation voltages, the conflict the photo cell to control the system shall be mounted on the monitor shall immediately cause the signal to revert luminaire nearest to the service/contactor cabinet. The to flash;however,the controller shall stop time at the photo cell shall be capable of switching "ON" 1,000 watts point of conflict. After the conflict monitor has been of incandescent load as a minimum. reset, the controller shall immediately take command of the signal displays at the beginning of artery SECTION 9-19.13 IS SUPPLEMENTED BY ADDING THE gfeenyellow. FOLLOWING: 6. Flash unit shall be a two circuit type, capable of switching loads up to 1000 watts per circuit 9-29.13 Traffic Signal Controllers(RC) alternately at a rate of 60 flashes per minute per The unit shall operate on 120 volt, 60 cycle, single circuit,plus or minus two flashes per minute. phase alternating current and shall use the power line SECTION 9-29.73(3) IS REVISED AND SUPPLEMENTED frequency as a time base. The traffic signal controller shall AS FOLLOWS: meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard 9-29.13(3) Emergency Pre-emption (RC) Publications. Immediately after a valid call has been received, the Components such as resistors, capacitors, diodes and pre-emption controls shall cause the signals to display the transistors shall be individually replaceable utilizing required clearance intervals and subsequent pre-emption approved standard soldering techniques. Intergrated intervals. Pre-emption shall sequence as noted in the contract. circuits shall be mounted in sockets and shall be easily Pre-emption equipment shall be installed so that internal wiring replaceable without soldering. All components shall be of the controller, as normally furnished by the manufacturer, is standard "Off the shelf" items. not altered. T"miinaii"^ of the pre e sh^" The traffic signal controller shall be capable of plaee a """ on all vehicle and pedeStFian phase" PFe a" ""' interfacing with the Multisonic real time, master computer. indicateFs, `require ,shall tUFH eHwheH;he e "''"ll" '' ` The controller shall be capable of both on-line operation the"" empted phase (control by the multisonic master computer) and standby Emergency vehicle pre-emption shall be furnished as operation. The controller shall establish the sequence of modules that plug directly into a rack wired to accept 3-AI signal phases, including overlaps, in conformance with the discriminator type units. The pre-emption system signal phasing diagram on the plans. When operating operation shall be compatible with the 500 Series 3M either in a fixed time mode or in a fully-actuated mode with company "opticom" system which the City of Renton is volume density on each phase as required. All clearance currently using and shall be capable of being activated by timing and pedestrian timing shall be accomplished at the the same transmitters. local intersection. The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control SECTION 9-19.73(1) IS REVISED AND SUPPLEMENTED signals from a distance of up to 1800 feet (0.54 kilometers) AS FOLLOWS: along an unobstructed "line of sight" path. The system 9-29.13(2) Flashing Operations (RC) shall cause the traffic signals controller to move into an appropriate fire pre-emption program. this optical 2. Police Panel Switch. When the flash-automatic discriminator shall interface to the _562 software, for field switch located behind the police panel door is turned programmability. It shall consist of the following to the flash position, the signals shall immediately components: revert to flash; however, the controller shall "STOP a. Optical energy detectors which shall be mounted TIME." When the switch is placed on automatic, the on the traffic signal mast arms and shall receive signals shall continue to flash for an additional the optical energy emitter's signal. 8 second flash period. At the completion of the continued 8 second flash period, unless otherwise b. Discriminators which shall cause the signal specified, the controller shall immediately resume controller to go into internal pre-emption which Page-SP-78 Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical will give the authorized vehicle the right of way in Additionally, all power supplies shall have noise immunity the manner shown -on the phase sequence. from other devices within the cabinet. diagram. SECTION 9-29.13(7)IS REVISED AND SUPPLEMENTED c. Pre-emption Indicator Lights. AS FOLLOWS. Optical Detector 9-29.13(7) Traffic-Actuated Controllers(RC) a. Shall be of solid state construction. Traffic-actuated controllers shall be electronic devices which, when connected to traffic detectors or other means of actuation, or both, shall operate the electrical traffic signal b. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. system at one or more intersections.All solid-state electronic traffic-actuated controllers and c. Shall operate over an ambient temperature range their supplemental devices shall employ digital timing of-40°F to+180°F(-40°C to+85°C). methods. The traffic signal control equipment, unless otherwise permitted in the contract, must specifically conform to current d. Shall have internal circuitry encapsulated in a NEMA specifications. semi-flexible compound and shall be impervious to moisture. medified by these Speeifleatiens and!he eentraet. Actuated traffic signal controllers shall be 8-phase control e. Shall respond to the optical energy impulses units. Volume-density timing features shall be provided on all generated by a pulsed Xenon source with a pulse s. controller energy density of 0.8 micro joule per square meter er _ ,,,, shall >e utilized� at the detector, a rise time less than one ao� ;,,; ,e Eyef veF c, o onnecting , o„, ,, ,,�,�a microsecond and half power point pulse width on OF e not less than thirty microseconds. pins identified as shall Femain unused. Discriminator Each module shall do the following: �e�r of intef£hangeability—wfl, be of He,,dqu MateFials a. Shall provide for a minimum of two channels of , ,aps - ry to A „,F ,,e , be ,L1 ems,T optical detector input. of a.,, f:e _by ,se ef 449, , e.,ap - s If F ♦ I i ♦ utilize 1. I, 11 L. 1. 11 b. Shall provide for a minimum of two discrete dorequ.sa gel s the ti ftwafe m with ,,� signal channels of optically isolated output. d method When a pre-emption detector detects an emergency alternTate I n of e ..L.,n :ao ,: r«�h: I� vehicle, the phase selector shall hold the controller in the ,, ,,,,, aae ♦ nt lle eall that Fe viewed in i _ion f F ,, Tel required phase or advance directly to that phase after indicationstf ,, , si ShallentrolleFS ee_ ram,,as observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector ��n�� Reason f0F gree t—�teFmn atien Shall no longer detects the emergency vehicle. When the phase selector is responding to one detector, displayed simultaneously with other tifnitig-data. it shall not respond to any other detector until calls from �ataFe T, ufe ,, , F. o�♦ the first detector are satisfied. Indicator lights shall a gFee indicate power on, signal being received, channel called. upon an aetuation- All timing functions and input and output features for Switches shall control system power and simulate detector fully-actuated, volume-density operation shall be provided calls for each phase. in accordance with NEMA standards. SECTION 9-19.13(2) IS SUPPLEMENTED BY ADDING The controller shall provide for setting each timing THE FOLLOWING: interval by means of positively calibrated settings. The timing functions shall be on the front of the controller unit 9-29.13(4) Wiring Diagrams or shall have keyboard entry and liquid crystal display. The controller cabinet shall have a waterproof For the standby operation,the traffic signal controller shall envelope with a side access attached to the inside of the include all circuitry required to provide all timing and all cabinet door. At the time of delivery the envelope shall functions for signal operation in a fully-actuated mode. have four complete sets of schematics and manuals for all Standby operation shall automatically occur upon opening assemblies and sub-assemblies. of interconnect lines,failure of central master computer, or when specified by the master. The standby operation shall SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING follow and be coincidental in phase to that phase being THE FOLLOWING: displayed at the start of standby operation. Transfer from computer supervision shall not call up a starting yellow. 9-29.13(6) Radio Interference Suppressors A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be used to filter the A.C. power. Page-SP-79 Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING DETECTOR test switch THE FOLLOWING: Each vehicle and pedestrian phase shall have a momentary (spring return) detector test switch. When 9-29.13(7)A Environmental,Performance and Test depressed, the switch shall place a call on its respective Standards for Solid-State Traffic signal phase. Controllers(RC) The traffic signal controller assemblies, including the The convenience outlet and lamp socket traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the A convenience outlet protected with a ground fault Engineer. Testing and check-out of all timing circuits, interrupter and an incandescent lamp socket shall be phasing and signal operation shall be at the City of Renton furnished in the main cabinet. A door switch for the lamp Signal Shop, Renton, Washington. The Signal Shop will shall be provided. THIS circuit shall be protected by a make space available to the contractor for the required test circuit breaker rated at 20 amps. demonstrations. The contractor shall assemble the cabinet and related signal control equipment ready for testing. A Fail Safe Unit complete demonstration by the contractor of all integrated components satisfactorily functioning shall start the test Fail safe unit shall meet the NEMA-PLUS period. Any malfunction shall stop the test period until all specifications and shall monitor both the positive and parts are satisfactorily operating. The test shall be negative portions of the A.C.sine wave for all green,amber extended until a minimum of 72 hours continuous and pedestrian walk indications. The duration of a display satisfactory performance of the entire integrated system of conflicting indications shall not be long enough to be has been demonstrated. The demonstration by the visible to motorists or pedestrians before the monitor contractor to the Engineer of all components functioning initiates flashing operation. There shall be a visual properly shall not relieve the contractor of any indication that the monitor has preempted normal responsibility relative to the proper functioning of all operation. aforestated control gear when field installed. The fail safe monitor shall be Model SSM-12LE as SECTION 9-29.13(7)B IS REVISED AND manufactured by Eberle Design Inc.,or approved equal. SUPPLEMENTED AS FOLLOWS. Surge Protector(Lighting Arrester) 9-29.13(7)B Auxiliary Equipment for Traffic The controller shall have an input voltage surge Actuated Controllers(RC) protector that shall protect the controller input from any The fel;a;rifig—requirements apply te—auxiliary voltage surges that could damage the controller or any of equipment furnished with Type 170 eentreller eabinetsi its components. FlasheFs, , load switehes, , Field Wiring Terminal ^o,._^. to _ ^ts not `^ rrnv" blieet:e^sv_ There shall be a terminal strip for field wiring in the 78-16 controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the Power Switches plans. if a different numbering system is used for the cabinet wiring,then both numbers shall label each terminal There shall be a main power switch inside the cabinet and the cabinet wiring schematic drawing shall include the that shall render all control equipment electrically dead field wiring numbers where the terminal strip is illustrated. when turned off. There shall be a controller power switch A common bus bar with a minimum of 15 terminals and a that shall render the controller and load switching devices ground bar with a minimum of 6 terminals shall be electrically dead while maintaining flashing operation for provided. purposes of changing controllers or load switching devices. Computer Interface Unit Stop Time Bypass Switch Interface communication devices shall be designed as There shall be a switch in the cabinet identified as the separate units or as modules that plug directly into the stop time bypass switch. If the intersection is placed on controller case. The communication devices shall be used flashing operation either by the flash switch or the fail safe for on-line computer control of the intersection and shall be monitor, the controller shall immediately stop time. The capable of transmitting all detector and signal status stop time bypass switch shall remove stop time from the information and receiving and decoding command controller and permit normal cycling operation while the information from the computer all in conformance and intersection remains in flashing operation. within the capability of the multisonic master computer unit and the interconnect cables. Page-SP-80 Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical SECTION 9-29.13(7)D IS REVISED AND SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE SUPPLEMENTED AS FOLLOWS: FOLLOWING: 9-29.I3(7)D Controller Cabinets(RC,SA) 9-29.16 Vehicular Signal Heads(RC) 1. Construction shall be of 0.073-inch minimum thickness Type 304 stainless steel, 0.125-inch minimum Vehicular signal heads shall have 12 inch lens sizes thickness �ar-area-sheet aluminum, or cast aluminum. unless shown otherwise on the signal plans. Vehicular Cabinets shall be finished inside with an approved finish signal head housings shall consist of separate sections and coat of exterior white enamel and outside with an approved be expandable type for vertical mounting. Lens shall be enamel finish, tight gray or aluminum in color. As an glass and meet I.T.E. Specifications for light output. Reflectors shall be alzac. Each signal head shall have a 1/4 alternate to painting, the outside and inside of the inch drain hole in its base. aluminum cabinets may be clear anodized aluminum. 5. The cabinet door shall be provided with: Vehicle signal heads shall be cast aluminum. a. A spring loaded construction core lock capable All signal heads shall include a back plate 5 inch of accepting a Best CX series core installed by square cut border. Signal heads,including outside of visors others.Cast cabinets shall have an approved one and back of back plates shall be finished with two coats of point positive latch. Formed cabinets shall have factory-applied traffic signal yellow baked enamel. The three point latch. inside of the visors and front of back plates shall be finished a b. a police panel door with a stainless steel hinge with two coats of factory-applied flat black enamel. pin and a lock. Two police keys with shafts Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting a minimum of 1 3/4 inch long shall be provided with each cabinet. hardware will be of the top-mount plumbizer type as shown Inside the police panel there shall be a signal pl the standard plans, unless specified otherwise on the on-off switch which shall prohibit any signal Plans. display in the field but will allow the control Position of the signal heads shall be located as close as Possible to the center of the lanes. Signal heads shall be equipment to operate when placed in the "off" position. A second switch shall be the mounted on the mast arm such that the red indicators lie in auto-flash switch. When placed in the the same plane and such that the bottom of the housing of a "flash" position, controller power shall signal head shall not be less than 16 feet 6 inches nor more remain on and controller shall stop time than 18 feet 6 inches above the grade at the center of the roadway. All bolts and other miscellaneous mounting dependent on switch setting on the auxiliary panel described later. hardware shall be stainless steel. C. SECTION 9-29.16(2)A HAS BEEN REVISED AS erx=—piece, elesed Bell, ne6ffeee--guts FOLLOWS: Cabinet doors shall be gasketed with one piece, close cell neoprene. They shall be 9-29.16(2)A Optical Units equipped with some type of stops so the door Eight inch conventional signals shall employ a 67 to may be held open in either of two-positions at 69 watt traffic signal lamp rated for 1304-210 volt operation, approximately 90 degrees and 180 degrees 595 minimum initial lumen, 665 rated initial lumen, and be of suitable design to withstand a 40 8,000-hour minimum, 2 7/16-inch light center length, mph wind.. A-21 bulb,medium base,clear traffic signal lamp. Twelve inch d. A two position door stop assembly. traffic signal heads require 44210130 volt, 165 watt. e. The Controller cabinet shall have a load bay 1,750 minimum initial lumen, 1950 rated initial lumen clear panel with at least the following items traffic signal lamps with a 3-inch light center length, mounted on the face of the panel: transfer 8 000 hour minimum rated life, P-25 bulb and medium base. relays; load switches; and, terminal blocks Bulbs shall be installed with the opening between the filament for termination of all wires contained on a ends up. separate panel (the terminal block shall conform to Washington Standard SECTION 9-29.16(2)B HAS BEEN REVISED AS Specifications). FOLLOWS: This load bay panel shall be mounted so that when the screws are removed, it will be possible to obtain full access 9-29.16(2)B Signal Housing(RC) to the terminations on the back of the load bay panel. Each lens shall be protected with a removable visor of Type 170 contralleFs shall be housed in a Model POI�TaFbanate plastie aluminum of the tunnel type, unless 332 bi eenfbFFn;Hge PWA' pub!"ealion ro 79 16-and specified otherwise in the contract. Visors shall have attaching ears for installation to the housing doors. Conventional signal heads shall have square doors. Page-SP-81 Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: 9-29.16(2)C Louvered Visors(RC) Where noted in the Contract, louvered tunnel visors shall 9-29.20 Pedestrian Signal(RC) be furnished and installed. Directional louvers shall be Pedestrian signals shall be either in^a ,t fiber optic constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminumpelysarbenate or neon-grid type, or other types as specified in the contract. p#astie, and the louvers shall be constructed of anodized Pedestrian signals shall conform to ITE Standards (Standard aluminum painted flat black. Dimensions and arrangement of for Adjustable Face Pedestrian Signal Heads, 1975). louvers shall be as shown in the contract. a 116, a[4 ele.,-.-,.fie signal lamp rated f- 120 N,elt^ SECTION 9-29.16(2)D HAS BEEN DELETED AND it shall be rated 180 initial i,... 8000 h OUE , e cs REPLACED WITH: 2 7116 ineh light eenteF lefigt n 21 bulb. 9-29.16(2)D Back Plates a minimufnof " "' `nehes high Symbol messages, when Back plates shall be furnished and attached to the specified,shall be a minimum of 12 inches high and 7 inches in signal heads. Back plates shall be constructed of anodized, width. 3-S half-hard aluminum sheet, 0.058-inch minimum Housings shall be die-cast aluminum and shall be painted thickness,with 5-inch square cut border and painted black with two coats of factory applied traffic signal yellowgreen in front and yellow in back.. enamel. VACANT SECTION 9-29.20(1)IS REPLACED BYADDING 9-29.16(2)E Painting Signal-Heads THE FOLLOWING NEW SECTION: Traffic signal heads, including outside of visors and back of back plates, shall be finished with two coats of factory 9-29.20(1) Fiber Optic Type(RC) applied traffic signal green yellow baked enamel.The inside of The fiber optics shall be drawn from optical glass of visors, front of back plates, and louvers shall be finished with high purity. The fibers shall be temperature resistant. The two coats of flat black enamel. fibers shall be resistant to the UV light emitted by the SECTION 9-29.16(3)IS DELETED. halogen lamp and shall maintain their high transmission properties throughout the lifetime of the sign. The light 9-29.16(3) Pel ear-,,.nate Trafr.^ Signal Heads guides shall contain fibers with a diameter of 53 microns. Each single arm in the harness shall contain approximately (RC) 300 fibers. The optical sheathing shall have a wall SECTION 9-29.16(3)A IS DELETED. thickness of at least 1.5 microns. The common end of each bundle shall have a hexagonal bundle format. The 9 29.16(3)A o ineh Pelyear-b ..ate Traf ie Signa common bundle end and each arm end shall be epoxied and Heads (RC) optically polished. The light source shall be a halogen incandescent lamp SECTION 9-29.16(3)B IS DELETED. with dichroic reflector. The lamp shall use built-in, lead-in wires instead of pins. The reflector shall be covered with a 9 29a6(3)B 72 ineh Pelyear-b,nste T...,f i Signal hard coating capable to withstand a temperature of 400 Leads(RC) degrees Centigrade, rapid temperature changes, aggressive chemical attacks. The coating shall be tested by soaking in SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS: Oxalic Acid 0.71N for a period of 2 hours. The coating shall not dissolve during this period. The lamp shall be 50 9-29.17 Signal Head Mounting Brackets and watt and rated for 6000 hours at 10 volts. The lamp Fittings together with the fiber shall produce a light intensity as high as 3800CD. The 115-volt primary, 10-volt secondary Fittingsf^. Type P4 and '''_-..,eunt` shall be installed transformers, light guides and all wiring shall be enclosed unpainted.All other hardware for ether mounts shall be painted in a sheet aluminum housing. The matrix plate shall be with two coats of factory applied traffic signal Federal yellow constructed of 0.125 thick aluminum sheet protected by a greet baked enamel. 0.125 polycarbonate sheet. The signal housing shall be SECTION 9-29.18(I) IS SUPPLEMENTED AND REVISED Feather tight. Each common end of a bundle shall have a AS FOLLOWS: clip-on type color filter,one of Portland Orange and one of Lunar White. The viewing end of the fiber optic display 9-29.18(1) Induction Loop Detectors(RC) shall not require a cone for magnification, and shall Detector amplifiers shall be Detector Systems model provide a wide viewing angle. Each message shall have a 810A or equal. minimum of 82 light points. All components shall be Induction loop amplifiers installed with NEMA controls fastened to the flat black matrix plate. When the sign is not shall conform to current NEMA specifications. Affiplifiers illuminated,it shall blank out with no message legible. The Page-SP-82 Revision Date: 05/17/95 (02:04 PM) 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical low power consumption lamps shall be serviceable without SECTION 9-29.24(1) IS DELETED AND REPLACED any tools. WITH THE FOLLOWING. SECTION 9-29.10(2)IS REVISED AND SUPPLEMENTED AS FOLLOWS: 9-29.24(2) Electrical Circuit Breakers and Contactors(RC) 9-29.20(2) Neon Grid Type(RC) The electrical circuit breakers and contactors shall be All neon grid heads shall be equipped with Z crate visors as indicated on the contract plans and detail sheets. The made of polycarbonate plastic designed to eliminate sun following equipment shall be featured within the cabinet. phantom. Neon tubing shall be enclosed and shockmounted inside 1. Main circuit breaker a rugged plastic module. 2. Branch circuit breakers 3. Utility plug(120 volt-20 Amp rated)G.F.I.Type 4. Light control test switch(120 volt-15 Amp) T-Fan.4'.,finers shall pfevide Fecessed seee.,a,,.,, .,tarts S. Contactor relay for each circuit and integral .ex glass eleet ede heu 6. Double pole branch breaker(s) for lighting circuits (240 volt) The pedestrian signal shall have a solid state message 7. One 120 volt, 20 Amp single pole branch breaker (for module, electronic ballast, no external transformer, and utility plugs) operate at 30 watts. 8. Type 3-single phase 120/240 volt grounded neutral service The heads shall display two symbol messages, "hand" 9. One 120 volt 40 Amp single pole branch breaker (signal (for the do not walk mode) in Portland orange and "Man" service) (for the walk mode) in lunar white. The message module 10. Complete provisions for 16 breaker poles shall consist of two neon gas tubes enclosed in a housing 11. Name plates phenolic black with white engraving except made of polycarbonate plastic. The lens material shall be the main breaker which shall be red with white lettering. All name plates shall be attached by S.S.screws. polycarbonate plastic. The visors shall be flat black in 12. Meter base sections are unnecessary color. SECTION 9-29.25 IS DELETED AND SUPPLEMENTED SECTION 9-29.24 IS DELETED AND REPLACED BY THE BY THE FOLLOWING: FOLLOWING: 9-29.24 Service Cabinets(RC) 9-29.25 Terminal and Interconnect Cabinets(RC) The pole mounted terminal box shall be made of The signal/street lighting service cabinet shall be as molded fiberglass, be grey in color, be approximately 16" indicated on the contract plans and detail sheets. All high x 13-7/8" wide x 5-7/8" deep and have a minimum of electrical conductors, buss bars and conductor terminals 16 terminals on the terminal blocks. The box shall be shall be copper or brass. The cabinet shall be fabricated weather tight, have a single door with continuous hinge on from galvanized cold rolled sheet steel,with 12 gauge used one side and screw hold downs on the door locking side. for exterior surfaces and 14 gauge for interior panels. Door All hardware will be stainless steel. All mounting hardware hinges shall be the continuous concealed piano type and no shall be stainless steel and shall be incidental to the unit screws, rivets or bolts shall be visible outside the enclosure. price of terminal box. The cabinet door shall be fitted for a Best internal type Terminal blocks shall be 600V heavy duty, barrier lock. The cabinet shall have ventilation louvers on the type. Each terminal shall be separated by a marker strip. lower and upper sides complete with screens, filters and The marker strip shall be permanently marked with the have rain tight gaskets. The cabinet door shall have a one circuit number indicated in the Plans. Each connector shall piece weather proof neoprene gasket. be a screw type with No. 10 post capable of accepting no SECTION 9-29.24(1) IS DELETED AND REPLACED less than 3 N12 AWG wires fitted with spade tips. WITH.THE FOLLOWING: Cabinet doors shall be gasketed with a one-piece closed cell neoprene gasket and shall have a stainless steel piano 9-29.24(1) Painting(RC) hinge. The finish coat shall be a factory baked on enamel One spare 12 position terminal block shall be installed light grey in color. The galvanized surface shall be etched in each terminal cabinet and amplifier cabinet. before the baked on enamel is applied. The interior shall Mounting shall be as noted in the contract. be given a finish coat of exterior grade of white metal Interconnect splice tower cabinets shall be Type F, enamel. with nominal dimensions of 22" high x 13" wide x I I" deep Painting shall be done in conformance with the and constructed of cast aluminum and fitted with a Best provisions of Section 8-20.3(12). internal lock. Page-SP-83 Revision Date: 05/17/95 (02:04 PM) 9-30 Water Distribution Materials 9-30 Water Distribution Materials Approval of valves other than model specified shall be 9-30 Water Distribution Materials obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions,as required. 9-30.1 Pipe All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be SECTION 9-30.1(1)IS REVISED AS FOLLOWS: installed in a concrete vault per City of Renton Standard Details,latest revision. 9-30.1(1)Ductile Iron Pipe(RC) SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING 1. Ductile iron pipe shall be centrifugally cast and meet THE FOLLOWING: the requirements of AWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the 9-30.3(3) Butterfly Valves(RC) requirements of AWWA C104. Mile-iren-pip Butterfly valves shall be Dresser 450 or Pratt be joined using belted flanged joints shal Groundhog. Standard Thiek ess !`lass 53. All other ductile iron pipe shall be Standard Thickness Class 52-50 or the SECTION 9-30.3(5) HAS BEEN DELETED AND thickness class as shown in the Plans. REPLACED WITH THE FOLLOWING: 9-30.3 Valves. 9-30.3(5) Valve Marker Posts(RC) The valve markers shall be fabricated and installed in conformance with the Standard Drawings. SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW.• Valve markers shall be carsonite composite utility 9-30.3(1) Gate Valves(RC) marker .375% 6'-0" or approved equal with blue label "water. Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS List 14,Mueller Company No.A2380,Kennedy,or M&H. FOLLOWS: Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(7) Combination Air Release/Air Vacuum All gate valves less than 12" in diameter shall include Valves(RC) an 8" x 24" cast iron gate valve box and extensions, as Air and vacuum release valves shall be APCO- Valve required. All 12" diameter and larger gate valves shall be and Primer Corp, "Heavy-Duty," combination air release installed in a vault. See Water Standard Detail for 12" gate valve,or equal. valve assembly vault and 1" bypass installation. Installation shall be per the City of Renton Standard Gate valves shall conform to AWWA C500 and shall Detail,latest revision. be iron body, bronze-mounted, double disc with bronze Piping and fitting shall be copper or brass. Location wedging device and 0-ring stuffing box. of the air release valve as show on the plans is approximate. RESILIENT SEATED GATE VALVES: The installation shall be set at the high point of the line. Resilient seated gate valves shall be manufactured to SECTION 9-30.3(8)IS REVISED AS FOLLOWS: meet or exceed the requirements of AWWA Standard C509 latest revisions. 9-30.3(8) Tapping Sleeve and Valve Assembly All external and internal ferrous metal surfaces of the (RC) gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory Tapping sleeves shall be cast iron, ductile iron staifl{ess applied to all valve parts prior to valve assembly and shall steel;epoxy-coated steel,or other approved material. meet or exceed the requirements of AWWA Standard C- SECTION 9-30.3(9)IS A NEW SECTION. 550 latest revision. Valves shall be provided with two (2) internal 0-ring stems seals. The valves shall be equipped 9-30.3(9) Blow-Off Assembly with one (1) anti-friction washer. The resilient gate valve Permanent blow-off assembly shall be 978 Kupferle shall have rubber sealing surfaces to permit bi-directional Foundry Co. or approved equal. Installation of blow-off flow. The stem shall be independent of the stem nut or permanent blow-off assembly shall be per City of Renton integrally cast. Water Standard Detail, latest revision. Pipe and fittings Manufacturers of Resilient Seated gate Valves shall shall be galvanized. Blow-off assembly shall be installed at provide the City on request that the valve materials meet location(s) shown on the plans. Temporary blow-off the City specifications. assembly on new dead-end water main shall be installed at Valves shall be designed for a minimum water location shown on the plans. operating pressure of 200 psi. Temporary blow-off assemblies for testing and End connections shall be mechanical joints, flanged flushing of the new water mains will not be included under joints or mechanical by flanged joints as shown on the this item and shall be considered incidental to the contract project plans. and no additional payment shall be made. Resilient Seated Gate Valves shall be U.S. Metroseal 250,Clow,i I&H Style 3067,Mueller Series 2370,Kennedy. Page-SP-84 Revision Date: 05/17/95 (02:04 PM) 9-30 Water Distribution Materials 9-30 Water Distribution Materials SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS: FOLLOWING: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.5 Hydrants(RC) SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS Fire hydrants shall be Iowa,Corey Type(opening with FOLLOWS. the pressure) or approved equal conforming to AWWA C- 502-85. Approval must be obtained prior to bid opening. 9-30.6(5) Meter Setters(RC) Compression type fire hydrants (opening against Meter setters shall be installed per the City of Renton pressure) shall be Clow Medallion, M&H 929, Mueller Standard Details for water meters,latest revision. Super Centurion 200,conforming to AWWA C-502-85. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.5(1) End Connections(RC) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. SECTION 9-30.5(2)IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.5(2) Hydrant Dimensions(RC) Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to A%NWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches,two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants,latest revisions. SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS FOLLOWS: 9-30.6(3) Service Pipe 9-30.6(3)B Polyethylene Pipe(RC) Polyethylene pipe shall not be used. 9-30.6(3)C Polybutalene Pipe(RC) Polybutalene pipe shall not be used. Page-SP-85 Revision Date: 05/17/95 (02:04 PM) SPECIAL PROVISIONS SP-i SPECIAL PROVISIONS - CONTENTS * Only new subsections have been included in this table of contents. DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS........................................................................................... 1 1-02 BID PROCEDURES AND CONDITIONS........................................................................ 2 1-02.16 Addenda................................................................................................... 2 1-03 AWARD AND EXECUTION OF CONTRACT................................................................. 3 1-03.7 Judicial Review......................................................................................... 3 1-04 SCOPE OF THE WORK................................................................................................. 3 1-04.3 Contractor-Discovered Discrepancies....................................................... 4 1-04.5(1) Potential Claims........................................................................................ 5 1-05 CONTROL OF WORK.................................................................................................... 7 1-05.3(1) Contractor - Requested Alternate Design or Materials ............................. 8 1-05.14(A) Notifications Relative to Contractor's Activities....................................... 10 1-06 CONTROL OF MATERIAL........................................................................................... 11 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .............................. 11 1-07.1(1) Archaeological Discoveries and Historic Preservation............................ 12 1-07.17(1) Interruption of Services........................................................................... 17 1-07.23(2)A Street Closures or Partial Closures......................................................... 18 1-08 PROSECUTION AND PROGRESS.............................................................................. 20 1-09 MEASUREMENT AND PAYMENT............................................................................... 23 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............................................... 24 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS............................................... 25 2-03 ROADWAY EXCAVATION AND EMBANKMENT. ....................................................... 26 2-09 STRUCTURE EXCAVATION ....................................................................................... 27 2-12 CONSTRUCTION GEOTEXTILE. ................................................................................ 27 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING..................................................................... 30 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT............................................................................ 31 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 SP-ii DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, AND CATCH BASINS.............................................................. 33 7-08 OUTLET STRUCTURE ................................................................................................ 34 7-13 SPECIAL HIGH DENSITY POLYETHYLENE PIPE (HDPE) ........................................ 35 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-30 LANDSCAPE/PROPERTY RESTORATION ................................................................ 41 8-31 CEDAR PICKET FENCE.............................................................................................. 42 8-32 SLOPE PROTECTION................................................................................................. 43 DIVISION 9 MATERIALS 9-03 AGGREGATES ............................................................................................................ 45 9-03.22 Controlled Density Fill............................................................................. 45 9-33 CONSTRUCTION GEOTEXTILE. ................................................................................ 46 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 SP-iii INTRODUCTION TO THE SPECIAL PROVISIONS The following Special Provisions shall be used in conjunction with the Standard Specifications for Road, Bridge and Municipal Construction, 1994 edition, as amended, as issued by the Washington State Department of Transportation and American Public Works Association, Washington State Chapter (hereafter "Standard Specifications"), and with the City of Renton Transportation Supplemental Specifications contained in these Contract Provisions, all of which together are hereinafter referred to as the "Renton Standards". The Renton Standards, except as they may be modified or superseded by these Special Provisions, shall govern all phases of work under this contract, and they are by reference made an integral part of these Contract Provisions as if herein fully set forth. Section 1-04.2 of these Special Provisions lists the order of precedence of the Contract Documents. In case of conflict, the Special Provisions shall take precedence over the Renton Standards Also incorporated into these Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, current edition Project Drawings (Plans) A reduced copy of the drawings (Plans) for this Project is bound into the Contract Documents. Excerpts from the Renton Standard Plans have also been bound in this document for the Contractor's convenience. * IMPORTANT - PLEASE READ The Special Provisions are a document that: supplements, adds new specifications, replaces, or modifies the Renton Standards. For clarification of the purpose of the sections provided, these Special Provisions have the following added section descriptors: Supplement Text supplements, slightly modifies, or adds clarification to the identified section of the Renton Standards. New: Item is unique to this project and will not be found in the Renton Standards. Replacement: A replacement of the entire identified section of the Renton Standards. Modification: A replacement of the identified sentence or paragraph of the Renton Standards. WSDOT Amdt.: A WSDOT Amendment applicable to this project issued after the latest issue of the Renton Transportation Supplemental Specifications (5/17/95). High Avenue S. Stormwater Outfall City of Renton 960021 Spec/Specprov/ (7/10/96)jc July 1996 SP-1 DIVISION 1 GENERAL REQUIREMENTS The General Requirements shall be as outlined in the Renton Standards, except as modified by these Special Provisions. 1-01 DEFINITIONS AND TERMS Supplement All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer are the property of the Owner and are not to be used on other work and, with the exception of the signed Contract set, are to be returned to the Owner at the completion of the work. Any reuse of these materials is not permitted without specific written verification or adaptation by the Engineer. Whenever the words "as directed", "as required", "as permitted", or words of the like effect are used, it shall be understood that the direction, requirement or permission of Owner and Engineer is intended. The words "sufficient", "necessary", "proper", and the like shall mean sufficient, necessary or proper in the judgment of Owner and Engineer. The words "approved", "acceptable", "satisfactory" or other words of like import shall mean approved by or acceptable to Owner and Engineer. Additive, Deductive One or more bid items/items of work which must be part of bid, but may be added or deleted by Owner when Contract is awarded. Alternate Bid A choice between two or more different methods or materials for performing the same work; a substitution. Bond to the City of Renton Same as "Contract Bond"defined in the Renton Standards. Consulting Engineer A licensed registered engineer or an authorized member of a licensed consulting firm or organization retained by Owner for the design and/or the construction engineering of a specific public works project—in this case Entranco, Inc. Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Engineer The City Engineer or his duly authorized representative who is a currently licensed registered engineer in the State of Washington, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/ (7/10/96)jc July 1996 Division 1 - General Requirements SP-2 Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equivalent A manufactured article, material, method, or work, which in the opinion of Engineer, is equally desirable or suitable for the purposes intended in the Contract Documents, as compared with similar articles specifically mentioned therein. 1-02 BID PROCEDURES AND CONDITIONS The Bidder's/Contractor's attention is called to the Instructions to Bidders section of these Contract Provisions, which is hereby made a part of these Special Provisions. 1-02.4 Examination of Plans, Specifications, and Site of Work Supplement Minor variations and miscellaneous items may not be shown on the Plans. In accordance with the Renton Standards, it shall be the Contractor's responsibility to examine the site, familiarize himself with all attendant conditions and determine the difficulties and work involved, and he shall accept the site in its existing condition at the time of award of contract. 1-02.7 Bid Deposit WSDOTAmdt. This section is supplemented with the following paragraph: The failure to furnish a bid deposit of a minimum of five percent shall make the bid nonresponsive and shall cause the bid to be rejected by the Contracting Agency. 1-02.16 Addenda New Questions regarding the meaning or intent of the Bidding Documents shall be submitted to the Engineer in writing. If warranted by the Engineer, interpretations will be provided by addenda. Only questions answered by formal written addenda will be binding. Oral or other interpretations or clarifications will be without legal effect. Addenda may be issued to modify or interpret the Bidding Documents. Addenda will be mailed to persons or organizations to whom the Bidding Documents were issued. The Bidder shall acknowledge receipt of each addendum by filling in the appropriate spaces on the Proposal. Addenda issued only for the purpose of updating the prevailing wage rate information included in the Contract Provisions will not be mailed to planholders prior to Bid opening if time does not permit. Such addenda, if required, will only be made available by the Owner on the day of the Bid opening. The Bidder should check with the Engineer the day before Bids are opened to ensure all addenda have been received. The address and telephone number of the Engineer's office where copies of Bid Documents and addenda may be obtained is stated in the Call for Bids. High Avenue S. Stormwater Outfall City of Renton 960021 Spec/Specprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-3 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids Supplement The contract, if awarded, will be awarded to the lowest responsive, responsible bidder, whose bid conforms to the requirements of these Special Provisions, and whose past record of performance on work of similar complexity and magnitude indicates that said bidder is qualified to carry out the obligations of the contract and to complete the work contemplated therein. The award of the contract to the lowest bidder will be based upon the total of the following: the Base Bid + Alternate A + Alternate B. 1-03.2 Award of Contract Supplement The award of contract, if awarded, will be made within thirty (30) calendar days after the date of opening bids. 1-03.5 Failure to Execute Contract WSDOTAmdt. The first two sentences are revised to read: Failure to return the insurance certification and bond with the signed contract as required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's Business Enterprise information if required in the contract, or failure or refusal to sign the contract shall result in forfeiture of the proposal bond or deposit of this bidder. If this should occur, the Contracting Agency may then award the contract to the second lowest responsible bidder or reject all remaining bids. 1-03.7 Judicial Review New Any decision made by the Contracting Agency regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington law. Such review, if any, shall be timely filed in the Superior Court of King County, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract Supplement The intention of the documents is to include all labor, tools, materials, equipment, light, power, water, transportation, and other facilities necessary for the proper execution of the Work, except where material or equipment is specifically excepted or noted as being supplied by others. Materials or work described in words which so applied have a well-known technical or trade meaning shall be held to refer to such recognized standards. High Avenue S. Stormwater Outfall City of Renton 96002 1 Spec/Specprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-4 WSDOT Amdt. This section is revised to read: The intent of the contract is to prescribe a complete work. Omissions from the contract of details of work which are necessary to carry out the intent of the contract, or which are customarily performed, shall not relieve the Contractor from performing the omitted work. 1-04.1(1) Bid Items Included in the Proposal WSDOTAmdt. This section is added and reads as follows: The Contractor shall provide all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all work for the items included in the proposal. 1-04.1(2) Bid Items not Included in the Proposal WSDOT Amdt. This section is added and reads as follows: When the contract specifies work, and there is no bid item for that work, an equitable adjustment will be made in accordance with Section 1-04.4 if that work is not customarily specified as being included with or incidental to other bid items in the contract. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Modification Delete the second paragraph of this section and replace it with the following: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (with 1 being the first and 11 the last): 1. Change Orders (if any) 2. Addenda (if any) 3. Proposal Form and Schedule of Prices 4. Instructions to Bidders 5. Special Provisions 6. Contract Plans (Appendix B) 7. City of Renton Transportation Supplemental Specifications 8. Standard Plans and Details (Appendix A and as referenced) 9. WSDOT/APWA Standard Specifications 10. WSDOT/APWA Standard Plans 1-04.3 Contractor-Discovered Discrepancies New Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. He shall, prior to ordering material or performing work, report in writing to Engineer any error, inconsistency, or omission in respect to design or mode of construction, High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-5 which he may discover. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be his duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Renton Standards. 1-04.4 Changes Supplement Contractor's quotations for Change Orders shall be in writing and firm for a period of 30 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the work or alteration plus all payment for the interruption of schedules, extended overhead, delay, or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. WSDOT Amdt. This Section is supplemented with the following: The Contracting Agency has a policy for the administration of cost reduction alternatives proposed by the Contractor. The Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. When determined appropriate by the Contracting Agency, the Contractor will be allowed to share the savings. Guidelines for submitting Cost Reduction Incentive Proposals are available at the Project Engineer's office. The actions and requirements described in the guidelines are not part of the Contract. The guidelines requirements and the Contracting Agency's decision to accept or reject the Contractor's proposal are not subject to arbitration under the arbitration clause or otherwise subject to litigation. 1-04.5(1) Potential Claims New The Contractor shall not be entitled to additional compensation which otherwise may be payable for (1) any act or failure to act by the Engineer or the Owner, (2) the happening of any event or occurrence, or (3) any other costs, unless the Contractor has given the Owner a written Notice of Potential claim within 10 days after the Engineer has found a protest to be without merit. The written Notice of Potential Claim to the Owner shall set forth the reasons for which the Contractor believes additional compensation is due, the nature of the cost involved, and insofar as possible, the amount of the potential claim. If the Owner, after hearing both sides, concurs with the Contractor, an equitable adjustment in the amount of cost to be paid for the performance of the Work involved or the time required will High Avenue S. Stormwater Outfall City of Renton 96002 i spec i Speoprov/(7n0/96)is July 1996 Division 1 - General Requirements SP-6 be made as the Owner deems proper. If the Owner concurs with the Engineer that the protest is without merit, no adjustment will be made. 1-04.6 Increased or Decreased (quantities WSDOT Amdt. This section is revised to read: Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantities of work vary from the original bid quantities, payment will be at the unit contract prices for accepted work unless the total quantity of any contract item, using the original bid quantity, increases or decreases by more than 25 percent. In that case that part of the increase or decrease exceeding 25 percent will be adjusted as follows: 1. Increased Quantities. Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the original bid quantity except as limited elsewhere in Section 1-04.6. The price for increased quantities will be determined by agreement of the parties, or, where the parties cannot agree, the price will be determined by the Engineer based upon the actual costs to perform the work, including a reasonable markup for overhead and profit. 2. Decreased Quantities. Either party to the contract will be entitled to an equitable adjustment of the actual quantity of work performed is less than 75 percent of the original bid quantity except as limited elsewhere in Section 1-04.6. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due solely to the variation of the estimated quantity. The following limitations shall apply to the adjustment: 1. The equipment rates shall be actual cost but shall not exceed the rates set forth in the AGCMSDOT Equipment Rental Agreement in effect at the time the work is performed as referred to in Section 1-09.6. 2. No payment will be made for extended or unabsorbed home office overhead and field overhead expenses to the extent that there is an unbalanced allocation of such expenses among the contract bid items. 3. No payment for consequential damages or loss of anticipated profits will be allowed because of any variance in quantities from those originally shown in the proposal form, contract provision, and contract plans. 4. No adjustment in the unit contract prices will be made for any item unless the increase or decrease in quantity results in a change of $10,000 or more as measured by the original bid quantities and unit prices for the item. a. For increased quantities, the adjustment will only apply to that portion of the increase that exceeds: (1) $10,000 or (2) the dollar value of 25 percent of the original bid quantity, whichever is greater. b. For decreased quantities, the total payment for any item will be limited to not more than 75 percent of the amount originally bid for the item. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10196)jc July 1996 Division 1 -General Requirements SP-7 When ordered by the Engineer, the Contractor shall proceed with the work pending determination of the cost or time adjustment for the variation in quantities. The Contracting Agency will not adjust for increases or decreases if the Contracting Agency has entered the amount for the item in the proposal form only to provide a common proposal for bidders. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer Supplement It is expressly agreed and understood that the Engineer, when so engaged, will have no liability whatsoever resulting from the obligations entered into under the contract; that the Owner must look solely to the Contractor for the furnishing of the work; that the Contractor must look solely to the Owner for the enforcement of any claims or liabilities arising under or by reason of the contract. 1-05.3 Plans and Working Drawings Supplement Shop drawings and/or catalog cuts shall be furnished by the Contractor for all items indicated in various sections of the Contract Documents. A minimum of three (3) copies shall be submitted for the Owner's and Engineer's use; additional copies required by the Contractor shall be submitted at the same time. The Contractor's copies will be returned to him with the appropriate action. Shop drawings shall be submitted by the Contractor to the Engineer with the submittal forms (sample forms will be provided by the Engineer). Drawings shall show the name of the project, the name of the Contractor and, if any, the names of suppliers, manufacturers and subcontractors. Shop drawings shall be submitted with promptness and in orderly sequence so as to cause no delay in prosecution of the Work. Within a reasonable period of time after receipt of said drawings, the Engineer will return two of the copies of the drawings to the Contractor with any comments noted thereon. If so noted by the Engineer, the Contractor shall correct the drawings and resubmit three (3) copies of them in the same manner as specified for the original submittals within one week after receipt of the reviewed drawings. The Contractor, in the letter of transmittal accompanying resubmitted shop drawings, shall direct specific attention to revisions other than the corrections requested by the Engineer on previous submittals. The review by the Engineer is only of general conformance with the design concept of the project and general compliance with the Plans and Specifications and shall not be construed as relieving the Contractor of the full responsibility for: providing materials, equipment and work required by the Contract, the proper fitting and construction of the Work; the accuracy and completeness of the shop drawings; selecting fabrication processes and techniques of construction; and performing the Work in a safe manner. No portion of the Work requesting a shop drawing submittal shall be commenced until the submittal has been reviewed by the Engineer and returned to the Contractor with a notation indicating that resubmittal is not required. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 1 -General Requirements SP-8 If the Contractor believes that any shop drawing or communication relative thereto calls for changes in the Work for which the Contract amount or time for completion should be changed, he shall not proceed with the changes in the Work so called for and shall promptly notify the Engineer in writing of his estimate of the changes in the Contract amount and time for completion he believes to be appropriate. No payment for changes in the Work will be made and no change in the time for completion by reason of changes in the Work will be made, unless the changes are covered by a written change order approved by the Owner in advance of the Contractor's proceeding with the changed Work. All authorized alterations affecting the requirements and information given on the Plans shall be in writing. No changes shall be made of any plan or drawing after the same has been stamped by the Engineer "Resubmittal Not Required". 1-05.3(1) Contractor - Requested Alternate Design or Materials New In the event that the Contractor shall request, or submit, an alternate design for some portions of his work, the Engineer will consider such alternate designs with reasonable promptness. Such request for either a design review from alternate plans submitted by the Contractor, or request for a redesign initiated by the Contractor, as set forth above, shall be made in writing to the Engineer. When the Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. For each proposed substitution, the Contractor shall submit samples, descriptive and technical data, and reports of tests to the Engineer for approval. The Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be furnished or installed without the Owner's written approval. Provided that such proposed alternate design or requested redesign appears reasonable and satisfactory to the Engineer, the Engineer will perform an engineering review of the proposed alternate design or, if requested by the Contractor, the Engineer will perform an engineering redesign of the work to assure its compatibility within the framework of the complete operating list or system ready for use between the contract limits. The cost of the engineering review of the proposed alternate, or the cost of an engineering redesign as requested by the Contractor if performed by non-Owner staff but duly authorized representatives of the Engineer will be billed to the Contractor by the Engineer at the rate of 3 times the duly authorized representative's direct payroll costs, plus direct expenses directly attributable to the work. The Contractor shall reimburse the Owner for any additional engineering charges and for any charges for changes in the work of other contractors resulting from substitutions. 1-05.5(4) Contractor Supplied Surveying Supplement The Contractor shall provide construction staking and as-built information on this project, per Sections 1-05.5 and 1-11 of the Renton Standards. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-9 1-05.5(4)C Payment Supplement Payment shall be made for the following bid item: Contractor Supplied Surveying (bid item, #2) Per Lump Sum The lump sum price for "Contractor Supplied Surveying" shall be full compensation for performing all survey work in accordance with Section 1-05.5 of these Special Provisions, and Sections 1-05 and 1-11 of the Renton Standards. Partial payments for this time will be made in conjunction with the monthly pay estimates based upon the Engineer's determination of the completed work. 1-05.12 Final Acceptance WSDOTAmdt. The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the work, or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. 1-05.14 Cooperation with Other Contractors Supplement The Contractor shall coordinate his work with other contractors and utility companies which may have facilities or projects in or near the project area and cooperate with them. Other utilities, districts, agencies, and/or contractors who may be working within the project area are as follows: 1. Washington Natural Gas Company 2. Puget Sound Power and Light Company 3. TCI Cablevision of Washington 4. U.S. West Communications 5. City of Renton Water and Sewer Adjustments and Relocations by Others Utilities other than those owned and operated by Owner are in streets or easements pursuant to franchises or other rights claimed under the laws of the USA or the State of Washington, and, therefore, the respective utility agencies are responsible for all adjustments and relocations of their facilities. These agencies will locate their facilities for the Contractor and assist him in their protection. The Contractor shall coordinate his work with that of the affected agencies and shall protect them from damage. High Avenue S. Stormwater Outfall City of Renton 96002 i spec i Speoprov i(7/10/96))o July 1996 Division 1 - General Requirements SP-10 All costs associated with this and any other necessary coordination with franchises or public utilities shall be considered incidental to other bid items of the contract and no additional compensation shall be made. 1-05.14(A) Notifications Relative to Contractor's Activities New The Contractor shall notify the following listed agencies and franchise utilities of the construction schedule and any planned detours, etc., prior to commencement of the work, and submit to these agencies the name(s) of the construction superintendent in responsible charge, or other individuals having full authority to execute the orders or directions of the Owner, in the event of an emergency. Failure to comply with this requirement will result in a stop work order. Notification shall be written, with a copy delivered to the Engineer five (5) working days prior to the commencement of work, and must be in such detail as to give the time of the commencement and completion of work, names of streets or locations of alleys to be closed, schedule of operations, routes of detours where possible. TCI Cablevision of Washington, Inc. US West Communications Seattle Rebuild Office 300 SW 7th 18435-B Olympic Avenue South Renton, Washington 98055 Tukwila, Washington 98188 Attn: Frank Forrest Attn: Phil Fisk Phone: 235-3012 Phone: 656-9028 FAX: 565-9010 City of Renton Puget Sound Power and Light Company Fire Department 400 West Gowe Street, #310 200 Mill Avenue South Kent, Washington 98032 Renton, Washington 98055 Attn: Karen Sharp Phone: 235-2643 Phone: 850-5560 Emergency Only: 911 City of Renton Washington Natural Gas Company Municipal Building 815 Mercer Street 200 Mill Avenue South Seattle, Washington 98109 Renton, Washington 98055 Attn: A.J. Ritter Attn: Joe Armstrong Phone: 224-2079 Phone: 277-6203 Emergency Only: 622-6767 City of Renton Eastside Disposal Police Department 969 118th SE 200 Mill Avenue South Bellevue, Washington 98005 Renton, Washington 98055 Attn: Lolly Miller Phone: 235-2600 Phone: 682-9630 Emergency Only: 911 High Avenue S. Stormwater Outfall City of Renton 96002 1 Spec/Specprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-11 Additional agency notifications will be furnished to the Contractor at the Preconstruction Conference as necessary. 1-06 CONTROL OF MATERIAL 1-06.1 Source of Supply and Quality of Materials Supplement The Contractor shall file 3 copies of a materials and equipment list with the Engineer prior to the preconstruction conference. This list shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Plans and Contract Documents. The Engineer will review the lists with reasonable promptness, marking required corrections. The Contractor shall made any required corrections and file 3 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose nor for deviations from the Contract Documents unless the Contractor has in writing called the Engineer's attention to such deviations at the time of submittal, and secured the Engineer's written approval for such deviation. 1-06.4 Handling and Storage of Materials WSDOTAmdt. (October 17, 1994) This section is supplemented with the following: The Contractor shall repair, replace, or make good all Contracting Agency provided materials that are damaged or lost due to the Contractor's operation or while in the Contractor's possession, at no expense to the Contracting Agency. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Supplement The Contractor shall comply with the following environmental provisions which are made a part of the Contract Documents. A copy of the environmental provisions is available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions the Contractor shall advise the Engineer and request a list of all additional environmental provisions covering the area involved. A copy of all additional environmental provisions is also available to the Contractor at the Project Engineer's office. Regulation I Puget Sound Air Pollution Control Agency City of Renton Ordinance No. 2788 City of Renton Noise Level Regulations, City Code Title 8, Chapter 7. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10196)jc July 1996 Division 1 - General Requirements SP-12 1-07.1(1) Archaeological Discoveries and Historic Preservation New The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains, the Engineer shall contact a qualified archaeologist in consultation with the State Historic Preservation Officer (SHPO) to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical Preservation Officer If the archaeologist, in consultation with State Historic Preservation, determines that the potential find is a significant cultural resource, the Owner shall extend the duration of the Work Suspension Order. 4. Suspension of work at the location of the find shall not be grounds for any claim by the contractor unless the suspension extends beyond the contract working days allowed for the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. 1-07.2 State Taxes Supplement The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax. The provisions of Section 1-07.2(2) of the Renton Standards shall apply. 1-07.6 Permits and Licenses Supplement The easements and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. Contractor shall fully restore all property within the easements or rights of entry. See also Section 1-07.16 of these Special Provisions. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-13 Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. Where Owner is required to secure such permits, permission under franchises, licenses and bonds and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and offset by Owner against the Contract price. 1-07.9(5) Required Documents WSDOTAmdt. The fifth sentence of the third paragraph is revised to read: Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the Contract Provisions. 1-07.10 Workers Benefits WSDOTAmdt. The first paragraph is supplemented with the following: Such payment will be made only after giving the Contractor 15 days prior written notice of the Contracting Agency's intent to disburse the funds to the Washington State Department of Labor and Industries or Washington State Employment Security Department as applicable. The payment will be made upon expiration of the 15 calendar day period if no legal action has been commenced to resolve the validity of the claim. If legal action is instituted to determine the validity of the claim prior to the expiration of the 15 day period, the Contracting Agency will hold the funds until determination of the action or written settlement of the appropriate parties. 1-07.14 Responsibility for Damage Modification In the first sentences of both the first and third paragraphs, change the words "State, Commission, Secretary" to "Owner and Consulting Engineer and their officers and employees". 1-07.15 Temporary Water Pollution/Erosion Control Supplement The Contractor shall submit a temporary erosion and pollution control plan, which includes plans for a stormwater bypass system if rain should occur during construction, to the Engineer for approval per this section of the Renton Standards. The approved stormwater bypass system shall be on-site, ready to put in-place at all times during construction. Temporary water pollution control work shall also consist of placing a silt fence as needed, per the detail on the Plans and in Section 2-12 of these Special Provisions. These and other temporary water pollution/erosion control measures shall be performed on an as-needed basis, where directed by the Engineer, and shall be paid for by lump sum. Measurement for temporary water pollution/erosion control will be based on the percentage of total project work completed as determined by the Engineer. High Avenue S. Stormwater Outfali City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 1 -General Requirements SP-14 Temporary Water Pollution/Erosion Control (bid item #3) Per Lump Sum 1-07.16(1) Private/Public Property Supplement It shall be the Contractor's responsibility to confine his construction activities to a maximum of fifteen (15) feet from the centerline of the HDPE pipe alignment, unless he makes arrangements for use of private property. Before using any private property adjoining the work for which Owner has not received right-of-entry, the Contractor shall give the Engineer written request for right-of-entry at least two (2) weeks before he needs to use the Property. Upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner. The Contractor shall confine his equipment, storage of materials and operation of work to the limits indicated by law, ordinances, or direction of the Engineer, and shall not unreasonably encumber the premises with his materials. Removal and disposal or restoration of the existing improvements shall be done in accordance with applicable sections of the Renton Standards and Special Provisions. Measurement and payment for the restoration of existing improvements will be made at the unit contract prices specified in the applicable sections pertaining to their construction. Any work for restoration that is not covered by the bid items in the proposal shall be considered incidental to the project and no further claim for compensation will be allowed. Sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to ensure satisfactory operation upon completion of the improvements. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads, new pipe heads and connections, and testing of the system. All work shall be done in conformance to acceptable standards. The Contractor shall install and maintain temporary fencing when working through easements or by private property. The Contractor shall be liable for all damages if this requirement is not complied with. When due to the Contractor's operations plastic traffic buttons, lane markers, or pavement markings are damaged, destroyed, or obliterated outside the neat lines of a trench or area of pavement restoration, the Contractor shall restore them in kind at no expense to the Owner. The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances which interfere with the Work and shall make arrangements for dry up or scheduling of water deliveries. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to "equal to or better than" original condition. In addition to any requirements imposed by law, the Contractor shall shore up, brace, underpin, protect as may be necessary, all foundations and other parts of all existing structures adjacent to and adjoining the site of the Work which are in any way affected by the excavations or other operations connected with the performance of the Work. Whenever any High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-15 notice is required to be given by the Owner or the Contractor to any adjacent or adjoining landowner or other party before commencement of any Work, such notice shall be given by the Contractor. The Contractor shall touch up or repair finished surfaces on structures, equipment, fixtures, or installations that have been damaged prior to final acceptance. Surfaces on which such touch- up or repair cannot be successfully accomplished shall be completely refinished or, in the case of hardware and similar small items, the item shall be replaced. Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from movement by the Contractor. All existing markers and/or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by the Contractor. All existing property corner markers disturbed or removed by the Contractor's operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced, at the Contractor's own expense, by a Professional Land Surveyor registered in the State of Washington. Resetting of property corners for which there is no Record of Survey or Short Plat filed with the County Auditor may require exhaustive and expensive resurvey. 1-07.16(2) Tree Restoration WSDOTAmdt. This section is revised to read: 1-07.16(2) Vegetation Protection and Restoration Existing vegetation, where shown in the Plans or designated by the Engineer, shall be saved and protected through the life of the contract. The Engineer will designate the vegetation to be saved and protected by a site preservation line and/or individual flagging. Damage which may require replacement of vegetation includes bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6 inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy burlap for protection and to prevent excessive drying. The burlap shall be kept moist and securely fastened until the roots are covered to finish grade. All burlap and fastening material shall be removed from the roots before covering. All roots 1 inch or smaller in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as directed by the Engineer. If due to, or for any reason related to the Contractor's operation, any tree, shrub, groundcover or herbaceous vegetation designated to be saved is destroyed, disfigured, or damaged to the extent that continued life is questionable as determined by the Engineer, it shall be removed by the Contractor at the direction of the Engineer. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-16 The Contractor will be assessed damages equal to triple the value of the vegetation as determined in the Guide for Plant Appraisal, Eighth Edition, published by the International Society of Arboriculture or the estimated cost of restoration with a similar species. Shrub, groundcover, and herbaceous plant values will be determined using the Cost of Cure Method. Any damage so assessed will be deducted from the monies due or that may become due the Contractor. 1-07.17 Utilities and Similar Facilities Supplement Underground utilities of record will be shown on the Plans insofar as it is possible to do so. These, however, are shown for convenience only and the Owner and the Engineer assume no responsibility for improper locations or failure to show utility locations on the Plans. The location and dimensions of existing underground utilities, as shown on the Plans, is approximate only. It shall be the Contractor's responsibility to verify and/or determine the correct locations of all utilities, public and private, that may be affected by his work under this Contract. Information as to location and depth of existing utilities has been taken from documents supplied by others and no warranty as to the accuracy of this information is implied or expressed. Should a discrepancy be found on the Plans, it shall not be construed to relieve the Contractor from his responsibility to protect any such utility or facility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. THE CONTRACTOR SHALL HAVE ALL UTILITIES FIELD MARKED BEFORE STARTING WORK. At least 48 hours [2 business days] prior to commencing any excavations for the conduit, utility potholing, or any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone, number 1-800-424-5555, of his planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The addresses and telephone numbers of utility companies known or suspected of having underground facilities within the area of proposed excavation are listed in Section 1-05.14(A) of these Special Provisions. 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 Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. High Avenue S. Stormwater Outfall City of Renton 960021 Spec/Specprov/(7/10/96)jc July 1996 Division 1 -General Requirements SP-17 The right is reserved to the state, county, city, and owners of public utilities and franchises to enter at any time upon any street, alley, right-of-way or easement for the purpose of making changes in their property made necessary by the Work and for the purpose of maintaining and making repairs to their property. 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. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. See also Section 1-05.14 of these Special Provisions. 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 shall be responsible for any breakage of or other damage to utilities or services resulting from his operations, and shall hold the Owner and Consulting Engineer and their agents harmless from any claims resulting from disruption of or damages to same. In the event a utility is damaged without a utility representative present, the Contractor shall immediately notify the utility owner. 1-07.17(1) Interruption of Services New Attention is directed to Sections 1-07.16 and 1-07.17 of the Renton Standards. Wherever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 72 hours in advance of the creation of such outage. The Contractor shall make every effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed 4 hours, user contact shall again be made. Temporary service, if needed, will be arranged for by the Contractor, at his own expense. 1-07.18 Public Liability and Property Damage Insurance Supplement The Contractor shall add the Consulting Engineer as an additional insured on all insurance policies enumerated in the Renton Standards. 1-07.23 Traffic Control Supplement All public traffic shall be permitted to pass through the work on existing streets with as little inconvenience and delay as possible. The Contractor shall keep the existing roads and streets adjacent to or within the limits of the project open to and maintained in a good and safe condition for traffic at all times, shall take every precaution to protect employees, pedestrians, and vehicular traffic, and shall have under construction no greater length or amount of work than he can prosecute properly with due regard to the rights of the public. He shall not open up sections of the work and leave them unfinished, but he shall finish the work as the work progresses. High Avenue S. Stormwater Outfall City of Renton 960021 spec/specprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-18 Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. All unattended excavations shall be properly barricaded at all times. Traffic control devices shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. The Contractor shall prepare traffic control plans to be submitted to the Engineer for approval before beginning work. Unless otherwise stated in other sections of these Special Provisions, the Contractor, at his own expense, shall provide such flaggers, barricades, lights, temporary pavement striping, signs, and other devices and shall erect and maintain all barricades, fences, lights, guards, standard construction signs, warning signs, and detour signs as necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, parking lots, sidewalks, or paths affected by such operations. All construction signs shall be reflectorized. Temporary Patching. At utility crossings a temporary patch shall be placed over unfinished portions of work that will affect traffic in any way at the end of each working day, per Section 2- 02.3(3), item 5 of the Renton Standards. All costs for temporary patching, including cold or hot mix or steel plates, etc. shall be included in the various unit bid items of the contract; no separate payment will be made. 1-07.23(1) Public Convenience and Safety WSDOTAmdt. The seventh paragraph is supplemented with the following: Nothing contained in this contract is intended to create any third-party beneficiary rights in favor of the public or any individual utilizing the highway facilities being constructed or improved. 1-07.23(2)A Street Closures or Partial Closures New There shall be at all times reasonable pedestrian access to and egress from the properties adjacent to the project. The Contractor shall notify the local fire and police departments in writing before the beginning of his operations so that these agencies may alert their emergency vehicles about the construction. The Contractor shall provide reasonable access through the construction zone at all times. All costs and expense in connection with handling and protecting traffic and maintenance material (except as noted herein), shall be considered incidental to the work involved and shall be included in the contract price for the various items of the project, except traffic control labor. The Contractor shall be required, at his own expense, to remove all excess materials, debris, or other obstruction caused by his operation from the streets as the work progresses whether within the project limits or along haul routes. If, at any time, the Contractor neglects to remove such materials or obstruction and place streets, sidewalks, driveways, and roads in suitable High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-19 condition for traffic within twenty-four (24) hours after having received written notice from the Engineer, the work may be done by the Owner, and the cost therefrom charged to the Contractor and deducted from money due the Contractor. The Contractor shall repair or replace any streets, sidewalks, roads, or culverts damaged by his operations, to the satisfaction of the Engineer and parties concerned. At the end of each working day, provisions for the safe passage traffic during non-working hours shall be made. The Contractor shall maintain convenient access for local traffic to driveways, and homes along the line of work. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. The Contractor shall notify all property owners and tenants and the Engineer at least 48 hours in advance of any restrictions which may interfere with their access. Blockage may occur only during working hours. 1-07.23(3)E Traffic Control Labor WSDOTAmdt. The first paragraph is replaced with the following two paragraphs: The Contractor shall furnish all personnel for flagging and for the setup and removal of all temporary traffic control devices and construction signs necessary to control traffic during construction operations. Prior to performing any traffic control work on the project, these personnel shall be trained with the video, "Safety in the Work Zone" produced jointly by WSDOT and Laborers' International Union of North America. The video is available from WSDOT's Engineering Publications Office, Transportation Bldg. Flaggers and spotters shall have a current certification (flagging card) acceptable to the State Department of Labor and Industries (WAC 296-155-305). Workers engaged in flagging or traffic control shall wear reflective vests and hard hats. During hours of darkness, white coveralls or white or yellow rain gear shall also be worn. The vests and other apparel shall be in conformance with Section 1-07.8. During hours of darkness flagger stations shall be illuminated to ensure that flaggers can easily be seen without causing glare to the traveling public. The Contractor shall furnish the MUTCD standard Stop/Slow paddles (18 inches wide, letters 6 inches high, and reflectorized) for the flagging operations. The second paragraph is supplemented with the following: 5. Spotters to warn work crews of impending danger from public traffic, when approved by the Engineer. 1-07.23(5)C Payment Supplement Traffic Control (bid item #4) Lump Sum Measurement for traffic control for work as shown on the Plan will be based on the percentage of total project work completed as determined by the Engineer. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-20 Payment for traffic control work will be made at the measured percentage amount for the pay period times the lump sum amount bid. Said payment will be complete compensation for all labor, materials, and equipment required to prepare and conform to the approved Traffic Control Plan, provide for public convenience and safety, detours, flagging, barricades, flashers, signs, traffic control devices, cleanup, etc., required to complete this item of work in conformance with the Contract Documents. Costs for dust and mud control are considered incidental to the various bid items of the contract, and no separate payment will be made. 1-08 PROSECUTION AND PROGRESS 1-08.1(1) Preconstruction Conference Supplement After award of the contract, Owner will issue 6 sets of reduced plans, 6 sets of full-size plans, and 6 sets of Contract Provisions to Contractor without charge. Further sets may be purchased from Owner for the cost of reproduction. A preconstruction conference will be held at a time and place fixed by Owner as stated in the notice of award. In addition to Contractor, the intended project superintendents, subcontractor foremen, and major suppliers—those who will actually be involved in construction activities—should attend the preconstruction conference. Contractor must be prepared for a thorough discussion and review, as well as revision which may be deemed necessary in the opinion of Engineer, of the following: -+ Contractor's plan of operation and progress schedule (3+ copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) -� List of materials fabricated or manufactured off the project 4 Material sources on the project -> Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid items 4 Shop Drawings (bring preliminary list) 4 Traffic control plans (3+ copies) Bonds and insurance Project meetings —schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocation, if by Owner Compliance with Contract Documents Acceptance and approval of work Labor compliance, payrolls, certifications Safety regulations for Contractors and Owner's employees High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov i(7110/96)ic July 1996 Division 1 - General Requirements SP-21 Suspension of work, time extensions Change order procedures Progress estimates - procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts -4 These materials MUST be brought to the preconstruction conference for discussion followed by Engineer Review. The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.1(3) Hours of Work Supplement Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 5:00 p.m. unless otherwise approved in advance by the Owner. Truck hauling shall be limited to the hours of 8:30 a.m. to 3:30 p.m. on arterial streets. The Contractor shall give a minimum 48 hours notice to the Owner prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Traffic Engineer. Work on weekends will not be allowed, except as approved in writing by the Engineer. 1-08.3 Progress Schedule Supplement Promptly after award of the contract, the Contractor shall submit to the Engineer for approval a construction schedule consisting of a chart which sets out operations, methods, equipment, and labor forces that the Contractor shall show early and late start dates and early and late finish dates for the items of work required under the contract. Payment to the Contractor on any estimate may be withheld until such schedule has been submitted and approved. The construction schedule shall be based upon working days. The schedule shall be submitted to the Engineer two (2) working days prior to scheduling the Preconstruction Conference and will be the primary topic for discussion at the Preconstruction Conference. Adequate equipment and forces based on the construction schedule shall be made available by the Contractor to start work immediately upon order of the Engineer and to carry out the schedule to completion of the contract by the date specified. Should it become evident at any time during construction that operations will or may fall behind the schedule, the Contractor shall, upon request, promptly submit a revised schedule in the High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)is July 1996 Division 1 - General Requirements SP-22 same form as specified herein, setting out operations, methods, and equipment, added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the Contract Provisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the Contract Provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. Acceptance by the Engineer of the progress schedule shall not in any event excuse the Contractor of the obligation to complete the work within the time specified in the contract or of complying with all terms, conditions, and provisions of the Contract Documents. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site from time to time, and will relieve the Owner of any responsibility for delays to Contractor in the performance of the work. 1-08.8 Extensions of Time WSDOTAmdt. The following sentence is inserted after the first sentence of the first paragraph: The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. The following sentence is inserted after the second sentence of the first paragraph: The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. 1-08.10(4) Arbitration of Disputes WSDOTAmdt. This section is revised to read: 1-08.10(4) Termination for Public Convenience After receipt of termination for Public Convenience as provided in Section 1-08.10(2), the Contractor shall submit to the Contracting Agency a claim for costs associated with the termination in accordance with the procedures outlined in Section 1-09.11 and 1-09.12. The claim shall be submitted promptly but in no event later than 90 calendar days from the effective date of termination. The Contractor's claim for costs shall be priced in accordance with Section 1-09.4 and 1-09.5. If the Contracting Agency and the Contractor cannot settle the claim, the matter will be resolved as outlined in Section 1-09.13. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 Division 1 - General Requirements SP-23 If the termination occurs because of the issuance of a restraining order as provided in Section 1-08.10(2), the procedure and pricing described above remain the same except that if the parties cannot reach agreement, the matter will be resolved through mandatory and binding arbitration as described in Section 1-09.13(3)A and B, regardless of the amount of the claim. 1-09 MEASUREMENT AND PAYMENT 1-09.7 Mobilization Supplement Mobilization shall include, but not be limited to, the following items: the movement of the Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of his office and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. The Contractor shall be responsible for securing a staging area for the project. The cost for securing the staging area will be included in the lump sum price for "Mobilization" and no additional compensation will be made. This item shall also include providing the Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment shall be made for the following bid item(s): Mobilization (bid item#1) Per Lump Sum 1-09.12(3) Required Documents for Audits WSDOTAmdt. This section is supplemented with the following: 22. Contracts between the Contractor and each of its subcontractors, and all lower-tier contracts and supplier contracts. 23. Worksheets, software, and all other documents used by the Contractor to prepare its bid. An audit may be performed by employees of the Contracting Agency or a representative of the Contracting Agency. The Contractor and its subcontractors shall provide adequate facilities acceptable to the Contracting Agency for the audit during normal business hours. The Contractor and all subcontractors shall cooperate with the Contracting Agency's auditors. END OF DIVISION 1 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 SP-24 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Supplement Clearing and grubbing shall be performed in accordance with Section 2-01 of the Renton Standards and not more than 10 feet on either side of the tightline alignments and associated structures to allow for field alignment of pipeline, except as modified by these Special Provisions. Field alignment and clearing for pipeline shall be performed with minimal disturbance of adjacent vegetation. 2-01.3 Construction Requirements Supplement In areas with restricted vehicular access, work will be accomplished by hand labor only as shown on the Plans. The Contractor shall prepare the alignment for the tightline so that it is free of logs, fallen trees, rocks greater than 6 inches in diameter, or other obstacles that might puncture or deform the pipe unless otherwise approved by the Engineer. The Contractor shall remove only plants necessary within the area to be cleared in order to accomplish this work, and which are not designated for preservation. Some plants within the landscaped area at the upper end of the project shall be removed and replaced in accordance with Section 8-02 of these Special Provisions. Prior to clearing operations, it shall be the Contractor's responsibility to flag all trees over 15 feet high, or 6-inch caliper or greater (measured 6 inches above ground line), which are to be removed. The Contractor shall notify the Engineer after flagging is completed and arrange a meeting prior to the removal of any existing trees on the project. At this meeting, the Contractor and Engineer shall inspect those trees designated for removal and make any necessary changes. Following the inspection, the Contractor will be notified in writing to proceed with clearing and grubbing. Construction Fencing The Contractor shall provide approximately 50 linear feet of high visibility orange construction fencing along the wetland boundary before commencement of clearing and grubbing. The fencing shall be a minimum of 30 inches tall, and shall be maintained in good condition until construction is complete, and then removed from the job site. The Contractor shall not cross the fence boundary during construction. Protection of Existing Vegetation The Contractor shall not disturb or damage existing plant material designated for preservation during construction of the tightline and shall contact the Engineer if there is any conflict between the Plans and field conditions. The Contractor shall be responsible for the protection of tops, trunks, and roots of existing trees on the project site, except for those designated to be removed, or those under 3 inches in diameter. The Contractor shall notify the Engineer if there is a conflict between the High Avenue S. Stormwater Outfall City of Renton 96002 1 Spec/Specprov/ (7)10/96)jc July 1996 Division 2-Earthwork SP-25 alignment and any existing trees. Existing trees subject to construction damage shall be boxed, fenced, or protected by wrapping with burlap and construction fencing before any work is started; remove protection when directed. Use of equipment or placement of stockpiles within the branch spread of trees will be permitted in designated staging areas. With the Engineer's approval, the Contractor may remove interfering branches; this must be done without injury to trunks, and cuts are to be covered with tree paint. If the Contractor removes or damages any existing plant or plants not designated for removal, such plant(s) shall be replaced by the Contractor to a condition equal to that existing before such damage or removal per Section 8-02 of these Special Provisions. All replacements shall be inspected and approved prior to planting. Planting procedures will be subject to approval. All replacements shall be guaranteed to survive in a healthy condition. All costs of protecting plants from damage and replacement when necessary shall be incidental to the various bid items of the contract. No separate payment will be made. 2-01.5 Payment Supplement Payment will be made for the following item(s): Flearing and Grubbing (bid item #5) Per Lump Sum11 The lump sum price for "Clearing and Grubbing" shall also include providing the high-visibility fence, and preparation of the alignment and ground surface to install the HDPE pipe as described elsewhere in these Special Provisions. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures Supplement This work shall include removal and disposal of the existing catch basin and existing corrugated metal pipe (CMP) shown on the Plans. 2-02.5 Payment Replacement Payment will be made for the following bid item(s): Remove Existing Catch Basin and CMP (bid item #6) Per Lump Sum High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 2-Earthwork SP-26 2-03, ROADWAY EXCAVATION AND EMBANKMENT WSDOT Amdt. (May 28, 1996) 2-03.3(13) Borrow The first two paragraphs are revised to read: Borrow is the excavation of material outside the roadway prism or outside the limits of any other excavation area required by the contract. Before any borrow site can be used, it must be measured and approved by the Engineer. Any material excavated from a borrow site before the site is measured will not be paid for. The widening of roadway cuts and ditches will be considered roadway excavation, not borrow. If the contract documents designate borrow sources, the Contractor may utilize those sources or may obtain borrow from other sites. If borrow is obtained from a Contractor- provided site, there will be no additional cost to the Contracting Agency beyond the contract unit price for the excavated borrow material. There will be no payment for aeration of the borrowed material from a Contractor-provided site, even if the contract contains an item for aeration and even if the contract documents designate borrow sources. 2-03.3(14)D Compaction and Moisture Control Tests This section is revised in its entirety to read: Maximum density for materials with 30 percent or more, by weight, retained on the U.S. No. 4 sieve shall be determined using WSDOT Test Method No. 606. The maximum density and optimum moisture for materials with less than 30 percent, by weight, retained on the U.S. No. 4 sieve shall be determined using WSDOT Test Method No. 609. In place density and moisture content will be determined using WSDOT Test Method No. 613. 2-03.3(14)J Gravel Borrow Including Haul This section is revised in its entirety to read: When required by the Plans or the Engineer, the Contractor shall use gravel borrow meeting the requirements of 9-03.14(1) to: 1. Build structural embankments. 2. Backfill excavation of unsuitable foundation material above the groundwater table. 3. Backfill below-grade excavation above the groundwater table. 4. Construct mechanically stabilized earth walls. 5. Construct reinforced soil slopes. Gravel borrow shall be compacted according to Section 2-03.3(14)C and 2-03.3(14)D. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov 1(7/10196))c July 1996 Division 2-Earthwork SP-27 2-09 STRUCTURE EXCAVATION 2-09.3(1)E Backfilling Modification The second paragraph is revised to read: Alternative Sources. When material from structure excavation is unsuitable for use as backfill, the Engineer may: require the Contractor to use other material covered by the contract if such substitution involves work that does not differ materially from what would otherwise have been required; require the Contractor to substitute selected material in accordance with Section 2-03.3(10); require the Contractor to use controlled density fill; or require the Contractor to obtain material elsewhere. Material obtained elsewhere will be paid for in accordance with Section 1-04.4. The following is inserted after the second paragraph: When specified in the contract or when approved by the Engineer, the Contractor shall supply controlled density fill as backfill material. Controlled density fill shall meet the following requirements of Section 9-03.22 of these Special Provisions. The producer shall provide a Certificate of Compliance for each truckload of controlled density fill. The Certificate of Compliance shall verify that the delivered material is in compliance with the mix design and shall include: Agency Contract No. Date Truck No. Batched weights of each ingredient The certification shall be signed by a responsible representative of the producer, other than the driver, affirming the accuracy of the information provided. The fifth paragraph is supplemented with the following: 4. Compaction of controlled density fill will not be required. 2-12 CONSTRUCTION GEOTEXTILE WSDOT Amdt. (INSTALLATION REQUIREMENTS) (with additions in italics) (February 20, 1996) 2-12.3 Construction Requirements 2-12.3(4) Permanent Erosion Control and Ditch Lining Unless otherwise specified in the Plans, the geotextile shall either be overlapped a minimum of 2 feet at all longitudinal and transverse joints, or the geotextile joints shall be sewn together. If overlapped, the geotextile shall be placed so that the upstream strip of geotextile will overlap High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 2-Earthwork SP-28 the next downstream strip. When placed on slopes, each strip shall overlap the next downhill strip. Placement of aggregate and riprap or other cover material on the geotextile shall start at the toe of the slope and proceed upwards. The geotextile shall be keyed at the top and the toe of the slope as shown in the Plans. The geotextile shall be secured to the slope, but shall be secured loosely enough so that the geotextile will not tear when the riprap or other cover material is placed on the geotextile. The geotextile shall not be keyed at the top of the slope until the riprap or other cover material is in place to the top of the slope. All voids in the riprap or other cover material that allow the geotextile to be visible shall be backfilled with quarry spalls or other small stones, as designated by the Engineer, so that the geotextile is completely covered. When an aggregate cushion between the geotextile and the riprap or other cover material is required, it shall have a minimum thickness of 12 inches. Grading of slopes after placement of the riprap or other cover material will not be allowed if grading results in stone movement directly on the geotextile. Under no circumstances shall stones weighing more than 100 lbs. be allowed to roll downslope. Stones shall not be dropped from a height greater than 3 feet above the geotextile surface if an aggregate cushion is present, or 1.0 foot if a cushion is not present. Lower drop heights may be required if geotextile damage from the stones is evident, as determined by the Engineer. If the geotextile is placed on slopes steeper than 2:1, the stones shall be placed on the slope without free-fall for moderate survivability, high survivability, and ditch lining geotextiles. 2-12.3(5) Temporary Silt Fences The contractor shall be fully responsible to install and maintain temporary silt fences at the locations shown in the Plans. The silt fences shall be constructed in the areas of clearing, grading, or drainage prior to starting these activities. Construct the silt fence while minimizing damage to the existing vegetation. A silt fence shall not be considered temporary if the silt fence must function beyond the life of the contract. The silt fence shall prevent soil carried by runoff water from going beneath, through, or over the top of the silt fence, but shall allow the water to pass through the fence. The minimum height of the top of silt fence shall be 2 feet and the maximum height shall be 2.5 feet above the original ground surface. Damaged or otherwise improperly functioning portions of silt fences shall be repaired or replaced by the Contractor at no cost to the Contracting Agency, as determined by the Engineer. The geotextile shall be attached on the up-slope side of the posts and support system with staples, wire, or in accordance with the manufacturer's recommendations. The geotextile shall be attached to the posts in a manner which reduces the potential for geotextile tearing at the staples, wire, or other connection device. Silt fence back-up support for the geotextile in the form of a wire or plastic mesh is optional, depending on the properties of the geotextile selected for use in Table 6 in Section 9-33.2 of these Special Provisions. If wire or plastic back-up mesh is used, the mesh shall be fastened securely to the up-slope of the posts with the geotextile being up-slope of the mesh back-up support. The geotextile shall be sewn together at the point of manufacture, or at an approved location as determined by the Engineer, to form geotextile lengths as required. All sewn seams shall be located at a support post. Alternatively, two sections of silt fence can be overlapped, provided the Contractor can demonstrate, to the satisfaction of the Engineer, that the overlap High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96))c July 1996 Division 2-Earthwork SP-29 is long enough and that the adjacent fence sections are close enough together to prevent silt laden water from escaping through the fence at the overlap. The geotextile at the bottom of the fence shall be buried in a trench to a minimum depth of 6 inches below the ground surface. The trench shall be backfilled and the soil tamped in place over the buried portion of the geotextile as shown in the Plans, such that no flow can pass beneath the fence nor scour occur. When wire or polymeric back-up support mesh is used, the wire or polymeric mesh shall extend into the trench a minimum of 3 inches. The fence posts shall be placed or driven a minimum of 1.5 feet into the ground. A minimum depth of 12 inches will be allowed if topsoil or other soft subgrade soil is not present, and minimum depth of 1.5 feet cannot be reached. Fence post depths shall be increased by 6 inches if the fence is located on slopes of 3:1 or steeper and the slope is perpendicular to the fence. If required post depths cannot be obtained, the posts shall be adequately secured by bracing or guying to prevent overturning of the fence due to sediment loading, as approved by the Engineer. Silt fences shall be located on contour as much as possible, except at the ends of the fence, where the fence shall be turned uphill such that the silt fence captures the runoff water and prevents water from flowing around the end of the fence as shown in the Plans. If the fence must cross contours, with the exception of the ends of the fence, gravel check dams placed perpendicular to the back of the fence shall be used to minimize concentrated flow and erosion along the back of the fence. The gravel check dams shall be approximately 1 foot deep at the back of the fence and be continued perpendicular to the fence at the same elevation until the top of the check dam intercepts the ground surface behind the fence as shown in the Plans. The gravel check dams shall consist of crushed surfacing base course, gravel backfill for walls, or shoulder ballast. The gravel check dams shall be located every 10 feet along the fence where the fence must cross contours. The slope of the fence line where contours must be crossed shall not be steeper than 3:1. Either wood or steel posts shall be used. Wood posts shall have minimum dimensions of 1.5 inches by 1.5 inches by the minimum length shown in the Plans, and shall be free of defects such as knots, splits, or gouges. Steel posts shall consist of either size No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1.0 inch, U, T, L, or C shape steel posts with a minimum weight of 1.35 lbs/ft, or other steel posts having equivalent strength and bending resistance to the post sizes listed. The spacing of the support posts shall be a maximum of 6.6 feet as shown in the Plans. Fence back-up support, if used, shall consist of steel wire with a maximum mesh spacing of 2 inches, or a prefabricated polymeric mesh. The strength of the wire or polymeric mesh shall be equivalent to or greater than that required in Table 6 of Section 9-33 of these Special Provisions for unsupported geotextile (i.e., 180 lbs. grab tensile strength). The polymeric mesh must be as resistant to ultraviolet radiation as the geotextile it supports. Sediment deposits shall either be removed when the deposit reaches approximately one-third the height of the silt fence, or a second silt fence shall be installed, as determined by the Engineer. END OF DIVISION 2 High Avenue S. Stormwater Outfall City of Renton 96002 i spec i 3pecprov i(7/10/96)jo July 1996 SP-30 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Supplement Crushed surfacing shall be placed where shown on the Plans, as a base for asphalt patching as a finished surface for the parking area, and to replace the crushed rock in the gravel parking area which is damaged or lost during construction, or for any other purposes deemed necessary by the Engineer. 4-04.5 Payment Supplement Payment will be made for the following bid items(s): Crushed Surfacing Top Course (bid item #7) Per Ton The unit contract price per ton for "Crushed Surfacing Top Course" as set forth in the Proposal shall be full pay for furnishing, placing, compacting, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/ (7/10/96)jc July 1996 SP-31 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 ASPHALT CONCRETE PAVEMENT 5-04.1 Description Supplement The Contractor shall patch the driveway at the upper end of the project per the detail in Appendix A, and Section 5-04 of the Renton Standards and these Special Provisions. Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in accordance with the Contract Documents. 5-04.2 Materials Supplement Tack Coat — emulsified asphalt grade CSS-1 9-02.1(6) 5-04.3 Construction Requirements 5-04.3(2) Hauling Equipment Supplement If truck has not used canvas to protect asphalt from weather during haul, the Engineer or his/her 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 Modification Delete the first sentence and replace it with the following: Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and joints, they shall be cleaned with a stiff-bristled broom and compressed air. 5-04.3(9) Spreading and Finishing Supplement Asphalt Concrete Pavement (ACP) Class B ACP Class B shall be placed to the compacted depths specified herein or 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 of the Renton Standards and these Special Provisions. Feathering Asphalt Concrete Pavement The Contractor shall feather the ACP in a manner to produce a smooth riding connection to existing pavements. 5.04.3(17) Paving Under Traffic Supplement No traffic shall be allowed on newly placed pavement without the approval of the Engineer. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/ (7/1M6)(c July 1996 Division 5-Surface Treatments and Pavements SP-32 5-04.5 Payment Supplement Payment will be made for each of the following bid item(s): 11 Asphalt Conc. Pavement Cl. B for Patch (bid item #8) Per Ton Payment for providing "Asphalt Concrete Pavement Class B" shall be made at the unit contract price per ton as set forth in the Proposal, and shall be full compensation for all labor, tools, equipment, and materials required to perform the work as specified, including tack coat, crack sealing, and feathering. END OF DIVISION 5 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov 1(7/10/96)jc July 1996 SP-33 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements Supplement This work shall consist of furnishing and installing the Special Type 2, 48-inch Diam. Catch Basin shown on the plans at the upper end of the project in accordance with Section 7-05.3 of the Renton Standards. The work shall include sawcutting pavement, excavation, backfill with gravel borrow, ladders, frames and lids, the Deflector Plate and Air Vent Assembly and HDPE CB Connection shown on the Plans. Deflector Plate and Air Vent Assembly This work shall consist of constructing and mounting conduit deflector plate, support ring, air vent, and support straps as detailed on the Plans. Materials include, but are not limited to: 1/2-inch thick HDPE Plate, as recommended by pipe manufacturer 1-inch diameter HDPE service tap and pipe, as recommended by pipe manufacturer. Galvanized A36 steel support straps, and stainless steel expansion bolts, as required. Deflector plate and air vent shall be constructed as shown on the details on the Plans and as recommended by the pipe manufacturer. The HDPE plate shall be fused to form a watertight seal to the HDPE storm drain pipe assembly. 7-05.5 Payment Supplement Payment will be made for each of the following bid item(s): Special Type 2, 48-inch Diam. Catch Basin (bid item #9) Per Each Shoring or Extra Excavation Cl. B (bid item #10) Per Square Foot The unit price per each for "Special Type 2, 48-inch Diam. Catch Basin" shall include sawcutting pavement, excavation, gravel borrow, backfill and compaction, ladders, frames and lids, installation of deflector plate and air vent assembly, connect to existing storm drainage, and special HDPE pipe connection. "Shoring or Extra Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton Standards. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov I (7/10/96)ic July 1996 Division 7-Drainage Structures, Storm Sewers, ... SP-34 7-08 OUTLET STRUCTURE New 7-08.1 Description This work shall consist of the construction of an outlet structure at the lower end of the project. The Contractor shall provide the outlet structure constructed from a 72-inch Type 2 catch basin in accordance with the detail on the Plans, Section 7-05 of the Renton Standards, and these Special Provisions. The work shall include modification of the catch basin to include the weir and trash rack shown on the Plans and construction of the Slip Connection Assembly, including excavation and HDPE CB Connection, backfill, seeding and fertilizing, and installation of the rock blanket, as shown on the Plans. 7-08.2 Construction Requirements Unsuitable material shall be excavated and removed to a depth of 3 feet below the bottom of the Outlet Structure. Quarry spalls shall be used as foundation backfill material for the 3 feet below and 2 feet beyond the side walls of the energy dissipator. The quarry spalls shall be firmly seated into the underlying material using the bucket of the excavator. The structure shall be backfilled and compacted with native material consisting of nonclay material and not contain stones larger than 1-inch in the greatest dimension, frozen lumps, roots or moisture in excess of that permitting thorough compaction. If native material is unsuitable, the outlet structure shall be backfilled with gravel borrow per section 9-03.14 of the Renton Standards. Trash Rack The Contractor shall provide Trash Racks, where shown on the Plans. Steel bars and plates shall be constructed of new material conforming to the requirements of ASTM A36. All bolts and nuts for all fittings and pipe supports shall conform to ASTM A307. Hot-dip galvanize all steel work or products including bolts, fasteners and hardware in conformance with ASTM A153. Fabrication and installation of all steel products shall be in accordance with Section 6-03 of the Renton Standards. Rock Blanket The Contractor shall construct a rock blanket where shown on the Plans. The blanket shall consist of light loose riprap in accordance with Section 9-13.1 of the Standard Specifications, and shall be constructed in accordance with Section 8-15.3 of the Standard Specifications. The rock blanket shall be underlain with a geotextile filter fabric liner which shall be non-woven, and conform with the high survivability criteria described in Table 4 of Section 9-33 of these Special Provisions, and installed per Section 2-12 of these Special Provisions. Seeding and Fertilizing As the final phase of construction of the outlet structure, the ground shall be recontoured to its original condition and the Contractor shall seed and fertilize the disturbed areas in accordance with Sections 8-01.3(4) A and B of the Standard Specifications. The seed shall consist of the following mix: High Avenue S. Stormwater Outfall City of Renton 96002 i spec i 3peoprov i(7n0/96)jo July 1996 Division 7-Drainage Structures, Storm Sewers, ... SP-35 Tall Fescue 60-70% Seaside/Colonial Bentgrass 10-15% Meadow Foxtail 10-15% Alsike Clover 6-10% Marshfield Big Trefoil 1-5% Redtop 1-6% Total 100% 7-08.3 Measurement and Payment Payment will be made for each of the following bid item(s): Outlet Structure (bid item #11) Per Each The unit contract price per each for "Outlet Structure" shall include all labor, materials, tools and equipment to provide the structure as specified, including excavation, haul, and backfill, the structure itself including overflow weir and trash rack, quarry spalls, rock blanket, geotextile filter fabric liner, slip connection assembly, special HDPE pipe connection, seeding and fertilizing. 7-13 SPECIAL HIGH DENSITY POLYETHYLENE PIPE (HDPE) New 7-13.1 Description This work shall consist of furnishing and installing approximately 485 linear feet of special HDPE pipe as shown on the Plans and described in these Special Provisions and as directed by the Engineer, in accordance with Section 7-04 of the Renton Standards and the manufacturer's requirements. Alternates are not acceptable. The work includes excavation and shoring of the trench at the upper end of the project, and disposal of the material at an approved disposal site. The work also includes backfilling the trench at the upper end of the project with controlled density fill, installation of the flange adaptor, and reducer. Note: The various subsections of Section 7-04.3(4) of the Renton Standards pertaining to pipe testing are not applicable to this contract. 7-13.2 Material High Density Polyethylene Pipe High density polyethylene pipe shall be made from polyethylene resin compound that meets the requirements for Type III, Category 5, Class C, Grade P34 as defined in ASTM D 1248. The pipe produced from this resin shall have a classification of 345434C, 355434C, or better in accordance with ASTM D 3350 and a Plastic Pipe Institute (PP) rating of PEE 3408. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov 1(7/10/96)jc July 1996 Division 7-Drainage Structures, Storm Sewers, ... SP-36 The material shall be of virgin quality and contain a minimum of 2 percent well-dispersed carbon black. The workmanship shall be of the highest level compatible with current commercial practice. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification and from the same raw material supplier. The pipe shall have a manufacturer's recommended hydrostatic design stress rating of 800 psi based on a material with a 1,600 psi design basis determined in accordance with ASTM D 2837-69. The pipe shall conform to the dimensions, wall thickness, testing, marking and all other provisions of ASTM F 714. Pipe shall be marked at 20-foot intervals with a coded number which identifies the manufacturer, SDR, size, PP rating, manufacturing standard reference and production code from which date and place of manufacture can be determined. The pipe shall be homogeneous throughout and free of visible cracks, holes, foreign inclusions or other injurious defects. It shall be uniform in color, opacity, density and other physical properties. All fittings shall be of the same type of polyethylene material as the pipe, The ends of the fabricated fittings shall not be trimmed to match the pipe section to which they are going to be joined. All polyethylene fittings shall have the same or higher pressure rating as the pipe when installed in accordance with the latest technical specifications. Flanged, connections hall consist of a polyethylene molded stub, butt fused to the pipe, and a galvanized metal backup flange with bolts and gasket. The backup flange shall be forged steel, ASTM A 181, Grade 1, slip-on type, faced and drilled 150 pound, flat faced, ANSI B 16.5 standard. Hardware shall be carbon steel, ASTM A 307, Grade A, hex head nuts and bolts. All hardware shall be galvanized. Controlled Density Fill Controlled density fill shall be per Section 9-03.22 of these Special Provisions. 7-13.3 Construction Requirements All HDPE pipe shall be cut, fabricated and installed in strict conformance with pipe manufacturer's recommendations. Joining, laying and pulling of HDPE pipe shall be accomplished by personnel experienced in working with HDPE pipe. The HDPE pipe shall be constructed as close to the alignment shown on the Plans as possible. The approximate alignment will be staked by the Engineer prior to construction. Adjustments may be made up to 10 feet from the alignment shown on the Plans based upon existing field conditions if approved by the Engineer. Handling and Storage The equipment required for the installation of the HDPE pipe is dependent on the method of construction selected by the Contractor. The handling of the joined pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. Ropes, fabric or rubber-protected slings and straps shall be used when handling pipes. Slings for handling the pipe shall not be positioned at butt-fusioned joints. Pipe or fittings shall not be dropped onto rocky or unprepared ground. Sections of pipe with cuts and gouges exceeding High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 7-Drainage Structures, Storm Sewers, ... SP-37 10 percent of the wall thickness or kinked sections shall be removed and the ends of the pipe rejoined. Pipe shall be stored on level ground, with a turf or sand surface, free of sharp objects which could damage the pipe. Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions as recommended by the pipe manufacturer. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such widths as to not allow deformation of the pipe at the point of contact with the sleeper or between supports. Care shall be exercised during fabrication to prevent the accumulation of pipe cuttings and filings, gravel, cleaning rags, etc., within piping sections. All piping shall be examined to assure removal of these and other foreign objects prior to assembly. Joining and Laying Pipe Polyethylene pipe shall be joined by the method of thermal butt-fusion as outlined in ASTM D 2657 "Heat Joining Polyethylene Pipe and Fittings." All butt-fusion joining of pipe and fittings shall be performed in accordance with proven procedures and techniques recommended by the manufacturer. Thermal butt-fusion of the pipe shall be performed by an experienced technician, certified in the jointing of high density polyethylene pipe in accordance with Title 49 CFR 192.385. Written certification of the individual welders shall be submitted to the Engineer prior to the performance of any welding. A manufacturer's representative shall be present during the fusion process. Polyethylene pipe may be bent as appropriate to allow for installation in conformance with the details and profiles in the Plans. Bends in the pipe shall not exceed the minimum radius recommended by the pipe manufacturer. The Contractor shall conduct minor excavation or leveling as necessary to transition between different slopes and terrain while maintaining continuous support along the invert of the pipe. Flanged connections shall be made at the locations shown on the Plans. Additional flanged connections may be made as required by the Contractor to suit method of installation. No more than one flanged connection shall be made along a 200 foot run of pipe except as- approved by the Engineer. All other pipe joints shall be butt fused. Prior to connecting flanged pipe, the faces of the flanges shall be thoroughly cleaned of all oil, grease and foreign material. The gaskets shall be checked for proper fit and thoroughly cleaned. Care shall be taken to assure proper seating of the flange gasket. Bolts shall be tightened so that the pressure on the gasket is uniform. Do not attempt to flange up a pipe that is too short by drawing the bolts together. Installation and Backfill of Buried Piping Excavation for the construction of the polyethylene pipe shall be performed in accordance with the requirements of Section 2-09 of the Renton Standards as detailed below. The trench bottom shall be dug out at flanges with sufficient length, width and depth to ensure clearance between the undisturbed trench bottom and the flange. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov 1(7/10/96))c July 1996 Division 7-Drainage Structures, Storm Sewers, ... SP-38 Care shall be exercised when lowering pipe into the trench to prevent damage or twisting of the pipe. Pipe must be at the temperature of the surrounding soil at the time of backfilling. Backfill at Lower End of Project Backfill for HDPE pipe shall be in accordance with Section 7-02.3(3) of the Renton Standards. Material placed within the pipe compaction zone shall be native material consisting of nonclay material and not contain stones larger than 1-inch in the greatest dimension, frozen lumps, roots or moisture in excess of that permitting thorough compaction. If native material is unsuitable, the outlet structure shall be backfilled with gravel borrow per section 9-03.14 of the Renton Standards. The backfill material shall be compacted to at least 95 percent of the standard Proctor maximum dry density in accordance with the ASTM D-698 testing procedure. Backfill at Upper End of Project Controlled density fill shall be used to backfill the upper trench to the point where the pipe daylights onto the slope, in accordance with the Plans and the requirements of Section 9-03.22 of these Special Provisions. Delivery and Placement shall follow ASTM C94 or Section 6-02.3 of the Renton Standards, except as detailed below. CDF can be proportioned to be flowable, non-segregating, or excavatable by hand or machine. Desired flow-ability shall be achieved with the following guidelines: Low Flow-ability below 6 inch slump Normal Flow-ability 6 - 8 inch slump Low Flow-ability CDF shall be used within 10 feet of the top of slope, Normal flow-ability CDF shall be used for the other project areas. CDF shall be placed by any reasonable means into the area to be filled. Flowable CDF shall be brought up uniformly to the elevation shown on the Plans. Trench section to be filled with CDF shall be contained at either end of trench section by bulkhead, sand bag fill, or stiffer CDF For pipe bedding, CDF shall be placed in lifts to prevent floating the pipe. Each lift should be allowed to harden before continued placement. CDF patching, mixing and placing may be started if weather conditions are favorable, when the temperature is at 34 degrees F and rising. At the time of placement, CDF must have a temperature of at least 40 degrees F. Mixing and placing shall stop when temperature is 38 degrees F or less and falling. Each filling stage shall be as continuous an operation as is practicable. CDF shall not be placed on frozen ground. For flowable CDF, compaction is not necessary for placement. Contractor shall provide steel plates to span utility trenches and prevent traffic contact with CDF for at least 24 hours after placement or until CDF is compacted or hardened to prevent rutting by construction equipment or traffic. High Avenue S. Stormwater Outfall City of Renton 96002 spec i specprov/(7/10/96)(c July 1996 Division 7-Drainage Structures, Storm Sewers, ... SP-39 Installation of Exposed Piping Prior to installing overland pipe, the ground surface shall be prepared in conformance with Section 2-01 of the Renton Standards and these Special Provisions. The Contractor shall be responsible for providing temporary equipment, such as guide posts and thrust blocks, required to place and hold pipe on the alignment during installation. The Contractor shall perform minor excavation and leveling to provide a continuous and uniform slope along the pipe invert. The ground along the pipe alignment where the pipe will be pulled into place shall be cleared of all debris that may damage the pipe, including but not limited to, sticks, roots and rocks greater than 1/2-foot in diameter and those with sharp or projecting edges. Installation of the pipe shall be without springing or forcing the pipe in a manner which would set up stresses in the pipe. All pipe flanges shall be set level, plumb and aligned. All flanged fittings shall be true and perpendicular to the axis of the pipe. In areas where the existing ground surface does not allow continuous support along the invert of the pipe, the Contractor shall provide supports for the pipe at spacing no greater than 8 feet. When ambient temperature during pipe installation is lower than 55 degrees Fahrenheit, the pipe shall be supported continuously along its entire length. Lateral Pipe Anchors The Contractor shall provide lateral pipe anchors, including steel fittings, pipes and fasteners. Steel bars and plates shall be constructed of new material conforming to the requirements of ASTM A36. Steel reinforcing bars shall be Grade 60 and shall conform to 9-07.2 of the Renton Standards. All bolts and nuts for all fittings and pipe supports-shall conform to ASTM A307. Hot-dip galvanize all structural steel including bolts, fasteners and hardware in conformance with ASTM A153. Fabrication and installation of all steel products shall be in accordance with Section 6-03 of the Renton Standards. 7-13.4 Measurement The length of special HDPE pipe will be the number of linear feet of completed installation measured along the invert through fittings and bends as shown on the Plans. Lateral pipe anchors will be measured per each complete assemblage installed. 7-13.5 Payment Payment will be made for each of the following bid item(s): Special HDPE Pipe (bid item #12) Linear Foot Lateral Pipe Anchor Assembly (bid item #13) Per Each [Shoring or Extra Excavation Cl. B (bid item #10) Per Square Foot High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 7-Drainage Structures, Storm Sewers, ... SP-40 The unit contract price per linear foot for "Special HDPE" shall be full pay for furnishing all labor, materials, tools, and equipment to provide the complete system, including sawcutting pavement, trench excavation, bedding the pipe, flanges, guide posts, thrust blocks and other temporary equipment, backfill, and compaction. The unit contract price per each for "Lateral Pipe Anchor Assembly," shall be full pay for furnishing all labor, materials, tools, and equipment necessary to furnish and install the pipe anchors, complete with HDPE pipe sleeve, epoxy-coated support rods, sleeves, and all necessary hardware. "Shoring or Extra Excavation Cl. B" shall be measured and paid per Section 2-09 of the Renton Standards. END OF DIVISION 7 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)is July 1996 SP-41 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-30 LANDSCAPE/PROPERTY RESTORATION New 8-30.1 Description This work shall consist of restoration of the landscape timbers, topsoil, sod, beauty bark, shrubs and one approximate 2-inch diameter evergreen tree south of the top edge of the slope at the upper end of the project, in accordance with the requirements of Section 8-02 of the Renton Standards, and to the satisfaction of the Engineer and the property owner. The Contractor shall also relocate yard lights and irrigation lines away from the top of the existing slope. The yard lights and irrigation lines shall be moved at least 15 feet away from the top of the slope as directed by the Engineer. It shall be the Contractor's responsibility to notify the property owner when it is necessary to remove such improvements to facilitate the Contractor's progress, to remove these improvements to locations requested by the property owner, and to restore them to near original locations in as near original condition as possible. This work shall also consist of restoration at the lower end of the project, including restoring the ground surface to its original contours, and replacing any native shrubs that were disturbed during construction, and any other restoration work as directed by the Engineer. Any plants damaged during this operation shall be replaced in kind at the Contractor's own expense to the approval of the Engineer, using the planting procedures in Section 8-02 of the Renton Standards and these Special Provisions. 8-30.2 Construction Requirements Removal The Contractor shall use care in digging, packing and transporting the existing vegetation prior to commencement of the trench excavation and other construction activities that may effect the plants. Plants shall be stored in a manner necessary to accommodate their horticultural requirements. Heel-in plants and irrigate if necessary to keep them from drying out. Remove and stockpile the existing topsoil for use in replanting. All lawn within the area to be disturbed by the Contractor's operations shall be cut with a sod cutting machine, removed, and disposed. Replanting Trees and shrubs. The cleared area shall have topsoil replaced and be mulched to a 3-inch depth after planting to match pre-construction conditions. Contractor shall provide a one-year plant guarantee period for the relocated plants. The Contractor shall also plant five shrubs along the south side of the new cedar picket fence. The shrubs shall be planted 3 feet from the fence and shall be spaced 10 feet apart. The shrubs shall be 1 gallon in size and alternate between Rhododendrons and Azaleas. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov 1 (7/10/96)jc July 1996 Division 8-Miscellaneous Construction SP-42 Apply a 4-2-2 NPK transplanter fertilizer, which includes slow release Nitroform (urea- formaldehyde) and trace elements, to the replanted trees and shrubs. Apply 3 ounces per foot of height or spread, and incorporate into the backfill topsoil. Stake trees per Section 8-02.3(7) of the Renton Standards with a minimum of two 2"x2" fir or two 2-inch diameter pine poles. Locate stakes on opposing sides of the tree from each other, and parallel with the prevailing wind direction. Drive stakes vertically into the ground to 24 inches or point of refusal, and approximately 18 inches away from the tree. Do not injure root ball or tree trunk while driving stake. Secure tree to stake with 1/2-inch chainlock type tree ties, or approved equivalent. Sod Lawn Area. The disturbed lawn area shall be restored with sod after the pipe trench is backfilled and compacted. The restoration of the disturbed lawn area shall be performed as follows: • Topsoil shall be placed to a depth of 12 inches. • Topsoil shall be raked to a smooth even grade without low areas to trap water and shall be compacted, all as approved by the Engineer. • Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and shall have end joints staggered. The sod shall be rolled with a smooth roller following placement. • The watering schedule of all newly laid sod shall be 4 times per week for 3 weeks. The watering shall be of such duration as to thoroughly soak the replaced sod and promote good root growth. 8-30.3 Measurement No specific unit of measurement will apply for "Landscape/Property Restoration", but measurement will be for the sum total of all items for a complete system furnished and installed. 8-30.4 Payment Payment will be made for the following bid item(s): Landscape/Property Restoration (bid item #14) Per Lump Sum 8-31 CEDAR PICKET FENCE New This work shall consist of constructing a 3-foot tall cedar picket fence per the detail on the Plans where directed by the Engineer. Measurement and Payment Cedar picket fence will be measured by the linear foot of completed fence along the groundline, exclusive of openings. Payment will be made for each of the following bid item(s): High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/1 0196)jc July 1996 Division 8-Miscellaneous Construction SP-43 Cedar Picket Fence (bid item #15) Per Linear Foot Payment per linear foot for "Cedar Picket Fence" shall include all labor, materials, tools and equipment to provide the fence, including all hardware and posts. 8-32 SLOPE PROTECTION New This work shall consist of slope preparation and installing slope protection on the slope adjacent to where the HDPE pipe emerges at the upper end of the project, in accordance with either Alternate A (Bonded Fiber Matrix), or Alternate B (Impermeable Plastic Liner), at the discretion of the Owner. Prior to installation of the Slope Protection, overhanging and loose soil shall be removed from the top edge of the slope. Alternate A— Bonded Fiber Matrix The Contractor shall apply a bonded fiber matrix over the exposed soil areas adjacent to the pipe from the top of the slope for approximately 150 feet along pipe alignment. The bonded fiber matrix shall consist of wood fibers bonded together with an organic bonding agent (tackifier), and incorporating a seed mix and fertilizer. The material shall be mixed according to the manufacturer's recommendation, and applied by sprayer at a rate of 3,000-4,000 lb. per acre. The material shall be applied in successive layers to cover all exposed soil. If slumping occurs, re-exposing soil, the material shall be reapplied as needed, until no exposed soil is visible after the material has been in place for 24 hours. The material shall not be applied when rainfall is predicted within 24 hours after installation. The bonded fiber matrix shall incorporate grass seed consisting of: Red fescue 33.3% Chewings fescue 33.3% Hard fescue 33.3% The grass seed shall be incorporated in the bonded fiber matrix at sufficient quantity that seed is applied to the slope at a rate of 6 lbs. per 1,000 square feet. A 28-4-10 (N-P-K) fertilizer shall also be incorporated into the bonded fiber matrix in sufficient quantity so that it is applied to the slope at a rate of 3 lbs. per 1,000 square feet. Alternate B — Impermeable Synthetic Liner The Contractor shall install an impermeable synthetic liner over the exposed soil areas at the top of the slope for approximately 100 feet along the pipe alignment. The liner shall be constructed from 18 oz. reinforced vinyl coated polyester or an alternative approved by the Engineer. The liner shall be securely attached to the ground along the top and edges of the slope, in such a manner as to resist tearing, or being pulled loose. The Contractor shall submit a plan for attaching the impermeable synthetic liner for approval by the Engineer. High Avenue S. Stormwater Outfall City of Renton 960021 Spec/Specprov/(7/10/96)is July 1996 Division 8-Miscellaneous Construction SP-44 Measurement and Payment No specific unit of measurement will apply for "Slope Protection—Bonded Fiber Matrix" or "Slope Protection—Impermeable Synthetic Liner" but measurement will be for the sum total of all items for a complete system furnished and installed. Payment will be made for one of the following bid items if the Owner chooses to have the work performed: Slope Protection — Bonded Fiber Matrix (Alternate A) Per Lump Sum __j Slope Protection — Impermeable Synthetic Liner (Alternate B) I Per Lump Sum END OF DIVISION 8 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 SP-45 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.22 Controlled Density Fill New Controlled Density Fill (CDF) shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures proportioned to provide a non-segregating, self-consolidating, free-flowing and excavatable material which will result in a hardened, dense, non-settling fill. 9-03.22(1) Materials Description Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures which has been batched and mixed in accordance with ASTM C 94 or Section 6-02.3. of the Renton Standards, with the following properties: Portland Cement: ASTM C 150, AASHTO M 85, or WSDOT 9-01 Fly Ash: Class F or Class C Aggregates: ASTM C 33, WSDOT 9-03.14, or WSDOT 9-03.1 Water: WSDOT 9-25 Admixtures: WSDOT 9-23.6, AASHTO M 194, ASTM C 494, or ASTM C 260 Note: "WSDOT"= specified section of WSDOT/APWA Standard Specifications. 9-03.22(2) Proportioning The table below provides a guideline for CDF mixes. The weights shown are only an estimate of the amount to be used per cubic yard of CDF. Actual amounts may vary from those shown as approved by the Engineer or approved trial mix data or field test results for proper strength, workability, consistency and density. Class of CDF A B C Maximum Compressive Strength, lbs. per sq. in. 100 300 300 (lbs./sq.ft.) (14,400) (43,200) (43,200) Max gals. of mixing water per cubic yard 50 50 30 Lbs. of cement per cubic yard, approximate 30 50 50 Lbs. of fly ash per cubic yard, approximate 200 250 250 Lbs. of dry aggregate per cubic yard, approximate (assumed Sp.G. 2.67) 3,200 3,200 3,200 1. If air entraining or water reducing admixture is used for flow-ability, total water and aggregates may be adjusted for yield. 2. For flowable or excavatable CDF, 3/8" minus or sand is recommended. 3. Weights may be adjusted for flow-ability and pump-ability. 4. Class A CDF may be used for non-structural areas; Class B or C must be used under road/driveway or structure areas. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/ (7110196)jc July 1996 Division 9-Materials SP-46 9-03.22 (3) Testing Testing shall be performed per Section 6-02.3(5) of the Renton Standards for slump and compressive strength. If laboratory trial batches or field trial data confirm weight and strength, no further testing will be necessary, if approved by the Engineer. For hand excavatable material, the unconfined compressive strength shall be 100 psi maximum at 28 days. Laboratory trial batches or field trial data may be submitted to confirm strength and weight. 9-33 CONSTRUCTION GEOTEXTILE WSDOTAMDT. (February 20, 1996) DIVISION 9 is revised by adding the following new section: 9-33.1 Geotextile and Thread for Sewing The material shall be a geotextile consisting only of long chain polymeric fibers or yarns formed into a stable network such that the fibers or yarns retain their position relative to each other during handling, placement, and design service life. At least 95 percent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall also be free of any treatment or coating which might adversely alter its hydraulic or physical properties after installation. The geotextile shall conform to the properties as indicated in Tables 1 through 6 for each use specified in the Plans. Specifically, the geotextile uses included in this section and their associated tables of properties are as follows: Applicable Geotextile Application Property Tables Underground Drainage, Low Survivability, Classes A, B, and C Tables 1 and 2 Underground Drainage, Moderate Survivability, Classes A, B, and C Tables 1 and 2 Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate Survivability, Classes A, B, and C Tables 4 and 5 Permanent Erosion Control, High Survivability, Classes A, B, and C Tables 4 and 5 Ditch Lining Table 4 Temporary Silt Fence Table 6 Thread used for sewing shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 Division 9-Materials SP-47 geotextiles must also be resistant to ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile itself. 9-33.2 Geotextile Properties Table 1 Geotextile for underground drainage strength properties for survivability. Geotextile Property Requirements' Low Moderate Survivability Survivability Geotextile Property Test Method Woven/Nonwoven Woven/Nonwoven Grab Tensile Strength,min.in ASTM D4632 180 Ibs/115 Ibs min. 250 Ibs/160 Ibs min. machine and x-machine direction Grab Failure Strain,in machine and x- ASTM D4632 <50%/>50% <500/o/>50% machine direction Seam Breaking Strength ASTM D4632 160 Ibs/100 Ibs min. 220 Ibs/140 Ibs min. Puncture Resistance ASTM D4833 67 Ibs/40 Ibs min. 80 Ibs/50 Ibs min. Tear Strength,min.in machine and x- ASTM D4533 67 Ibs/40 Ibs min. 80 Ibs/50 Ibs min. machine direction Ultraviolet(UV)Radiation stability ASTM D4355 50%strength retained min., 50% strength retained min., after after 500 hrs.in weatherometer 500 hrs.in weatherometer Table 2 Geotextile for underground drainage filtration properties. Geotextile Property Requirements' Geotextile Property Test Method Class A Class B Class C AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max. (#40 sieve) (#60 sieve) (#80 sieve) Water Permittivity ASTM D4491 .5 sec' min. 4 sec'min. .3 sec'min. Table 3 Geotextile for separation or soil stabilization. Geotextile Property Requirements' Soil Separation Stabilization Geotextile Property Test Method Woven/Nonwoven Woven/Nonwoven AOS ASTM D4751 .60 mm max. .43 mm max. (#30 sieve) (#40 sieve) Water Permittivity ASTM D4491 .02 sec-1 min. .10 sec-1 min. Grab Tensile Strength,min.in ASTM D4632 250 Ibs/160 Ibs min. 315 Ibs/200 Ibs min. machine and x-machine direction Grab Failure Strain,in machine ASTM D4632 <50%/>50% <50%/>50% and x-machine direction Seam Breaking Strength ASTM D4632 220 Ibs/140 Ibs min. 270 Ibs/180 Ibs min. Puncture Resistance ASTM D4833 80 Ibs/50 Ibs min. 112 Ibs/79 Ibs min. Tear Strength,min.in machine ASTM D4533 80 Ibs/50 Ibs min. 112 Ibs/79 Ibs min. and x-machine direction Ultraviolet(UV)Radiation stability ASTM D4355 50%strength retained min., 50%strength retained min.,after after 500 hrs.in weatherometer 500 hrs.in weatherometer High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 9-Materials SP-48 Table 4 Geotextile for permanent erosion control and ditch lining. Geotextile Property Requirements' Permanent Erosion Control Moderate High Survivability Survivability Ditch Lining Geotextile Property Test Method Woven/Nonwoven Woven/Nonwoven Woven/Nonwoven AOS ASTM D4751 See Table 5 See Table 5 .60 mm max(#30 sieve) Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec-1 min. Grab Tensile Strength,min ASTM D4632 250 Ibs/160 Ibs min. 315 Ibs/200 Ibs min. 250 Ibs/160 Ibs min. in machine and x-machine direction Grab Failure Strain,in ASTM D4632 15%-500/./>50% 15%-50%/>50% <50%>50% machine and x-machine direction Seam Breaking ASTM D4632 220 Ibs./140 Ibs min. 270 Ibs/180 Ibs min. 220 Ibs/140 Ibs min. Burst Strength ASTM D3786 400 psi/190 psi min. 500 psi/320 psi min. Puncture Resistance ASTM D4833 80 Ibs/50 Ibs min. 112 Ibs/79 Ibs min. 80 Ibs/50 Ibs min. Tear Strength,min.in ASTM D4533 80 Ibs/50 Ibs min. 112 Ibs/79 Ibs min. 80 Ibs/50 Ibs min. machine and x-machine Ultraviolet,(UV) ASTM D4355 70%strength retained 70%strength retained 70%strength retained min,after 500 hrs.in min,after 500 hrs.in min,after 500 hrs.in weatherometer weatherometer weatherometer Table 5 Filtration properties for geotextile for permanent erosion control. Geotextile Property Requirements' Geotextile Property Test Method Class A Class B Class C AOS ASTM D4751 .43 mm max. .25 mm max. .22 mm max. (#40 sieve) (#60 sieve) (#70 sieve) Water Permittivity ASTM D44910 0.7 sec'min. .4 sec'min. .2 sec'min. Table 6 Geotextile for temporary silt fence. Geotextile Property Requirements' Supported Between Unsupported Posts with Wire or Geotextile Property Test Method Between Posts Polymeric Mesh AOS ASTM D4751 .60 mm max.for slit film wovens(#30 .60 mm max.for slit film wovens sieve).30 mm max for all other (#30 sieve).30 mm max.for all geotextile types(#50 sieve).15 mm other geotextile types(#50 sieve) min.(#100 sieve) .15 mm min.(#100 sieve) Water Permittivity ASTM D4491 .02 sec-1 min. .02 sec' min. Grab Tensile,Strength ASTM D4632 180 Ibs min.in machine direction 100 100 Ibs min min.in machine and x- Ibs min.in x-machine direction machine direction Grab Failure Strain,min. in ASTM D4632 30%max.at 180 Ibs or more machine direction only Ultraviolet (UV) Radiation ASTM D4355 70%Strength Retained min.,after 70%Strength Retained min.,after Stability 500 hrs.in weatherometer 500 hrs.in weatherometer High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 Division 9-Materials SP-49 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the test result for any sampled roll in a lot shall meet or exceed the values shown in the table). 2The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods 914 and 915, respectively. Copies of these test methods are available at the Olympia Service Center Materials Laboratory in Tumwater. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 9-33.4 Geotextile Approval and Acceptance 9-33.4(1) Source Approval The contractor shall submit to the Engineer the following information regarding each geotextile proposed for use: Manufacturer's name and current address, Full product name, Geotextile structure, including fiber/yarn type, and Proposed geotextile use(s). If the geotextile source has not been previously evaluated, a sample of each proposed geotextile shall be submitted to the Olympia Service Center Materials Laboratory in Tumwater for evaluation. After the sample and required information for each geotextile type have arrived at the Olympia Service Center Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. Source approval will be based on conformance to the applicable values from Tables 1 through 6 in Section 9-33.2. Source approval shall not be the basis of acceptance of specific lots of material unless the lot sampled can be clearly identified and the number of samples tested and approved meet the requirements of WSDOT Test Method 914. 9-33.4(2) Geotextile Samples for Source Approval Each sample shall have minimum dimensions of 1.5 yards by the full roll width of the geotextile. A minimum of 6 square yards of geotextile shall be submitted to the Engineer for testing. The geotextile machine direction shall be marked clearly on each sample submitted for testing. The machine direction is defined as the direction perpendicular to the axis of the geotextile roll. Source approval for temporary silt fences will be by manufacturer's certificate of compliance as described under "Acceptance Samples." High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 Division 9-Materials SP-50 The geotextile samples shall be cut from the geotextile roll with scissors, sharp knife, or other suitable method which produces a smooth geotextile edge and does not cause geotextile ripping or tearing. The samples shall not be taken from the outer wrap of the geotextile roll nor the inner wrap of the core. 9-33.4(3) Acceptance Samples Samples will be randomly taken by the Engineer at the job site to confirm that the geotextile meets the property values specified. Approval will be based on testing of samples from each lot. A "lot" shall be defined for the purposes of this specification as all geotextile rolls within the consignment (i.e., all rolls sent the project site) which were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples have arrived at the Olympia Service Center Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. If the results of the testing show that a geotextile lot, as defined, does not meet the properties required for the specified use as indicated in Tables 1 through 6 in Section 9-33.2, the roll or rolls which were sampled will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties, the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) which failed will be accepted. All geotextile which has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geotextile shall be replaced at no expense to the Contracting Agency. 9-33.4(4) Acceptance by Certificate of Compliance When the quantities of geotextile proposed for use in each geotextile application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Geotextile Application Quantity Underground Drainage 600 sq. yards Soil Stabilization and Separation 1,800 sq. yards Permanent Erosion Control 1,200 sq. yards Temporary Silt Fence All quantities The Manufacturer's Certificate of Compliance shall include the following information about each geotextile roll to be used: Manufacturer's name and current address, Full product name, Geotextile structure, including fiber/yarn type, Geotextile roll number, Proposed geotextile use(s), and Certified test results. High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Speoprov/(7/10/96)jc July 1996 Division 9-Materials SP-51 9-33.4(5) Approval of Seams If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of sewn seam which can be sampled by the Engineer before the geotextile is installed. The seam sewn for sampling shall be sewn using the same equipment and procedures as will be used to sew the production seams. If production seams will be sewn in both the machine and cross-machine directions, the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross-machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the seams are sewn in the factory, the Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for testing. This description shall include the seam type, stitch type, sewing thread type(s), and stitch density. END OF DIVISION 9 High Avenue S. Stormwater Outfall City of Renton 96002/Spec/Specprov/(7/10/96)jc July 1996 APPENDIX A STANDARD PLANS AND DETAILS 1' 1' 2.5' 1 1' MIN MIN MIN MIN MIN i 6.5' MIN. 1' 1' 2.5 --{ 1' 1' MIN IMIN MIN MIN MIN 2" CLASS "B„ — FACE OF CURB OR EDGE OF PAVEMENT I . i ACP CLASS 'E' OR 'B' 2" CLASS 'B' 6" CRUSHED *2" TO 6" SURFACING TOP COURSE CLASS 'E' LCENTER LINE OR OR LANE LINE CRUSHED ROCK, CLASS 'B' FLOWABLE FILL OR AS REQUIRED BY ENGINEER 6.5' MIN. TYPICAL PATCH FOR FLEXIBLE PAVEMENT 2" DEPTH of WHEN PERPENDICULAR TO ROADWAY CrNTER LINE GRIND OR SAWCUT AND REMOVE ADOPTED CITY OF RENTON * SEE DWG# HR-05 FOR MINIMUM STANDARDS � Slandnrd plane rr0 LST DATE: 4/28/95 DATE I REVISION BY APPR'0 DWG. NAME: DWG# HR-23 SP PAGE: PAGE# H032A a z FRAME & GRATE (SEE NOTES) MODIFIED STEP `r 100 ADJUSTMENT SECTION TOP SLAB COVER 20" .D.. ° STEPS OR LADDER 5" MIN. C.B. DIA. VARIES e SEE TABLE MAX. PIPE SIZE MAY BE LIMITED • BY PIPE CONFIGURATION I I I I I I I 1 I I I I I I I I I I I I 1 I I I I I I C.B. DIA. MAX. KNOCKOUT OR CUTOUT HOLE SIZE WALL THICKNESS (MIN.) ° I 1 48" 21„ 5" o Z o 54" 36" 5„ 60" 42" 6" 72" 48" 6" 6" MIN.��o o n ° 96" 60' 6,. ---i f-- 6" MIN. CAST IN PLACE BASE OR PRE—CAST BASE NOTES: 1. FOR CATCH BASIN MATERIAL SPECS. SEE STANDARD SPECIFICATIONS. 2. ALL TYPE II CATCH BASIN EQUIPPED WITH OPEN GRATES SHALL BE LOCKING TYPE. SEE DETAIL 3.6.5. 3. ALL TYPE II CATCH BASIN NOT IN PAVED AREAS SHALL BE EQUIPPED WITH SOLID LOCKING LID AND SHALL NOT FUNCTION AS CATCH BASIN. OLYMPIC FOUNDRY #SM60 SOLID D/T OR EQUAL (SEE DETAIL 3.6.6). CATCH BASIN TYPE II 4. CATCH BASIN SHALL BE SET SO STEPS ARE DIRECTLY UNDER OPENING (STEPS SHALL BE INCLUDED). T ADOPTED Arm CITY OF RENTON Standard plans LST DATE:3/9/95 3 9 95 1 ADDED WALL THICKNESSES TO CHART DCV AC DATE REVISION BY APPWD DWG. NAME: BR-01 SP PAGE: B027 GENERAL NOTES Floodlights shall be provided to mark flogger stations at right as needed. If entire work area is visible from one END station,one flogger may be used at CONSTRUCTION G20-2 ofternate location. Steady burning warning lights (TYPE C, M UTCD) should be used to mark chamegzk+g devices at night as needed. Distonce from work area to and of topor shag be lengthened If necessary to be visble to approaching traffic. Sign sequence Is the some for both p directions of travel. \\ 1P "3 `p Sign Spackq X (feet) ^& Urbai M�lah 40/55 MPH 500! W20 - 7a Streets 25/35 MPH 250• R tq b Alternate &uk»se tricb flogger location coca W20 - 4 �. ( ONE LANE l ROAD Ar�✓ AHEAD W20 - ) Wet- 4 ROAD ROAD CONSTRUCTION OR WORK AHEAD AHEAD FOR LOCAL TRAFFIC CONTROL PLAN LEGEND ADOPTED 4-24-0 Replaced End Constrction Sign,Added Distance from Flogger SY CITY OF M rl'ON O O O CHANNELRNG DEVICES to Work Area 16 Alternate Flogger Location. Revissd Notes AON - U A '� FLAGGER 10-sa-gt Deleted End Construction Signs,Added 'For Local Agency AM a ♦ ♦ Standard Plans the . p� I�t DMeApr 24 1992 -90 Revised Slgn Spacing Table,Flogger Dimension, Added _ N`1 Typical application of traffic control devices on a two-lane �) W21-4,and Resigned "� SP PAGE K001 , highway where one lone Is closed and flogging is provided. DATE I REVISION BY APPR'D #: K-02 �— — GENERAL NOTES "A" Street SIDEWALK "W" Street Controls shown ore for pedestrian CLOSED traffic only, AHEAD► Street lighting should be considered. IUSE OTHER ,a I * Use warning lights on barricades. SIDE See applicable Standard Plan for / vehicle traffic control plans. i I 1 I G WORK SIDEWALK AREA CLOSED oL WORK C, AREA -IF u a c lOcxa i O < < OO O \ SIDEWALK CLOSED AHEAD f--- I USE OTHER I I "B" Street SIDE "x" street IL F ( s I ♦ I F FOR LOCAL &QEHCV USE PEDESTRIAN TRAFFIC CONTROL PLAN LEGEND o c o CHANNELIZING DEVICES RENTON *C*e ADD ED TYPE I BARRICADE {� CITY OP Plans Standard Plans24-02 Revleed SI ,Added Not• JD I_st Date Apr 24 1992 Tgicolo licotion - Two methods for controllin edestrian traffic b to-t�-fi1 Revised layout,Removed/Revised si9na, N - SP PAGE K014 hh Pp 9 P Y Added "For Locd ens Use",Resi ned slit er directing pedestrians to another route or providing o walkway. a:K-15 Sign Spacing = X Rural Roads 40/55 MPH 500' Urban Arterials Urban Streets Residential 16 25/35 MPH 250'= Business Districts l t WOR AREA Buffer vehicle with flashers ROAD SHOULDER WORK CLOSED AHEA>,1 - 4 W20 - 301 1%(2EHC1Y USE TRAFFIC CONTROL PLAN Y o� ADOPTEDCrrY OF ON A Standard Plans ♦ .A 24-92 Revised signs JABN I1 10-18-91 Revhed 9Ipn �poetng table,X dlmenelon, - p'S Let Date Apt 24 1992 Typical Application - Shoulder work on Rural Added "For Loco Agency Use",Resigned At3N N1 YP PP DATE REVISION BY APPR'D SP PAGE K018 Roads, Urban Streets with no encroachment. #:K-19 APPENDIX B CONTRACT PLANS Y CITY OF RENTON , WASHIN GTON HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENTS SW 1 /4 SEC 17 TWN 23N RGE 5E W.M. CONSTRUCTION NOTES INDEX OF DRAWINGS 1) Contractor is responsible for providing stormwater bypass system for High Avenue South drainage during construction when existing 12 is taken out of service for construction of new HOPE pipe. Bypass must be approved by the Engineer. VICINITY M A P 2)Contractor shall take precautions at edge of the slope to prevent further landslkfing. SHEET NO. DESCRIPTION 3)Suggested Construction sequence: 1 VICINITY MAP & TITLE SHEET 1. Install erasion control features N tr 2. Construct Outlet Structure 2 PLAN AND PROFILE SHEET 3. Move sprinklers, yord lights, and shrubs at top of slope 3 TYPICAL DETAILS 4. Fuse HDPE pipe and Install along approximate alignment / ® 5. Construct trenches and dispose of existing pipe and structure ✓ y w 4 TYPICAL DETAILS 6. Install new Type 2 48—Inch CS RENTON A • s 7. Connect HDPE pipe and place CDF UNIC[P _ s ORT 1 8. Finalize pipe alignment and Install lateral pipe anchors , i 1 STORMWATER DRAINAGE NOTES 9. Restore Landscape �J . .�w 1) A copy of these approved plans must be on the Job site whenever construction is In progress. 10. Construct cedar picket fence 1 r s„ • f 2) Datum shall M U.S.G.S. unless otherwise approved by City of Renton. Reference benchmark and � "'°"` w" ® + elevation are noted on the plans. w4 3) Structures shall not be permitted within 10 feet of the spring line of any storm drainage pipe, or 15 feet b I(&s 2M ST m PROJECT from the top of any channel bank. r 11®3 awn" LOCATION 4) All catch basin grates shall be depressed 0.10 feet below pavement level. EROSION CONTROL NOTES .A s I 1) All limits of clearing and areas of vegetation preservation as prescribed on the plan shall be dearly 5) AN building downspouts and footing drains shall be connected to the storm drainage system, unless flagged in the field and observed during construction. approved by the Development Services Division. An accurately dimensioned Certified as—built drawing s m of this drainage system shall be submitted to the City of Renton upon completion. '^'v 2) All required sedimentation/erosion control facilities must be constructed and in operation prior to land •� e� 6) In unknproved areas. manhole to extend minimum 6 Inch and maximum 18 Inch above flnlshed grade. clearing and/or other construction to insure that sediment laden water does not enter the natural In paved area, cover must slope in all directions to match paving. drainage system. All erosion and sediment facilities shall be maintained in a satisfactory condition "" RENTON 7) All construction shall be in accordance with the 1994 edition of the `Standard Speeifieatlon8 for Road, until such time that clearing and/or construction is completed and potential for on—site erosion has Bridge and Municipal Construction"prepared by W.S.D.O.T., and the American Public Works Association (APWA), passed. The implementation, maintenance, replacement and additions to eroslon/sedimentation at amended by the City of Renton and the special provisions for this project. control systems shall be the responsibility o/the contractor. B) The Contractor shall be responsible for providing adequate safeguard, safety devices, protective equipment, 3) The erosion and sedimentation control systems depicted on these plan sheets are Intended to be minimum ® e floggers, and any other needed actions to protect the life, health, and safety of the public, and to requirements to meet anticipated site conditions. As construction progresses and unexpected or y protect property on connection with the performance of work covered by the contract. Any work within sew the traveled right—of—way that may Interrupt normal traffic Now shall require an approved trains control seasonal ill be ono dictate, the contractor shall ation on that more propose and aedDuring tlon control plan by the Transportation Division. All sections of the WS.D.O.T. Standard Specifications 1-07-23. of consilities uc be necessary shall b to insure complete siltation control th the proposed site. During the course Traffic Control, shoal apply. of construction, It shall created the obligation and s and to prityovide o/ the contractor to s, over any new conditions that may be created by his activities and to provide additional facilities, over and oboes LEGEND minimum requirements• as may be needed to protect adjacent properties and water quality of the receiving drainage system. NEW CATCH BASIN /CONTROL STRUCTURE 1 • SANITARY SEWER MANHOLE 0 4) During the time period of November 1 through March 31, all project disturbed soil areas greater than `RECOMMMED 5,000 square feet, that are to be left unworked for more than twelve (12) hours, shall be covered by FOR APPROVAL WATER LINE Wmulch, sodding, or plastic covering. Ryfle , f_rr Ir STORMDRAIN LINE 5)In any area which has been stripped of vegetation and where no further work is anticipated for a period fY--_, ._.: —SD— of 30 days or more. all disturbed areas must be Immediately stabilized with mulching• grass planting or SANITARY SEWER L6/E other approved erosion control treatment applicable to the time of year in question. Grass seeding -- -SS— alone will be acceptable only during the months of April through September inclusive. Seeding may POLE POLE proceed, however, whenever it Is In the interest of the contractor, but must be augmented with o mulching, netting, or other treatment approved by the City of Renton, outside the specified time period. GUY ANCHOR E--- YARD LIGHT 6) Issuance of the Building or Construction Permit by the City of Renton does not relieve the contractor of the VAN continuing legal obligation and/or liability connected with storm water disposition. Further, the City of a �� Renton does not accept any obligation for the proper functioning and maintenance of the system provided during construction. � ,r CITY OF RENTON 7) The Contractor shall be responsible for providing adequate safeguard, safety devices, protective G�' A• ��'�, 10104 SHEETS 1 THRU 4 OF DEPARTMENT OF PUBLIC WORKS equipment, floggers, and any other needed actions to protect the lore, health, and safety of the public, O S , faT 4 THESE PLANS SHALL and to protect property In connection with the performance of work covered by the contract. Any work �� °TONAL rj0 1 BE DEEMED APPROVED HIGH AVENUE SOUTH E N T R A N C O within the traveled right—of—way that may Interrupt normal trarfic bow shall require an approved traffic _ BY HE SIGNATURE AND STORMWATER OUTFALL IMPROVEMENTS control plan by the Transportation Division. All sections of the Renton Standard Section �� d' �E SEAL ON THIS SHEET. EAGWEERS • SCIENTISTS • PLANNERS • SURVEYORS 1-07.23, Traffic Control shall apply. •p p WASHINGTON ARIZONA IDAHO 6) Special drainage measures will be required if the project location Is within the aquifer protection area. 4618a84 DEswNEo,ewe IDATE 7/10/96 EKE NAME: HAnn.E.owa °raSAl DMA KAK CNECICED:JwM SCALE: N.TS wax: ram' �~ 1 No. MEVISION BY AWR. DATE I ANMOVED, ��w SHEET: 1 afi __ \ACAO\M00]-!0\hMll O)/11 TOP INSTALL NEW PICKET FENCE SET BACK 5' MINIMUM SLOPEE FROM EDGE OF SLOPE SEE DETAIL I NEW SH B I (TYP. PERMANENT SLOPE STABILIZATION AREA PIPE ANCHOR (TYP.) ■+ 525 HIGH AVENUE I I o g I o APPROXIMATE SOUTH A) TS CLEARING LIMIT SEE SPECIFICATIONS N T O 4PPROXIMATE ALIGNMENT \ ASPHALT W \ \\\\\ \ \S DRIVEWAY ——————— ——`� � 1. \ ,o\y/ x---- Ss GRAVEL XISTING �\\i ANDSCAPE I 20 FT. U77UTY EASEMENT AS RECORDED `, SOUTH ARK!PLAN G UNDER KING COUNTY RECORDING NO. 9202289004. HI { p�VENUE \ KING COUNTY RECORDING NO. 9202269004. s� w __ �N — REINSTALL LANDSCAPE BARK/PLANTINC \ J / INS ALL HIGH VISIBILITY ALONG EDGE OF SLIDE AREA SEE NOTES. NOTE: C \ I CO STRUCTI FENCE THE EXISTING TOPOGRAPHIC AND PHYSICAL FEATURES SHOiM! \ l0 w ( � \ --332--�� 1 INSTALL NEW TYPE It CS(COP) AS-BUEILTS ANANS ARED FIELD SURVEDY ON A DATA PROVIDED ROMCOMBINATION ED BY E TRANCO. / �� \\\=`= 1 1 I\i\�\ INSTALL I PORAI�Y 334--— (STND. PLAN 9027) RIED TREE NCH SECTION SEE / SILT FENCE THIS WAS THE INFORMATION AVAILABLE AT THE 71ME OF PLAN / I PREPARATION. ACTUAL CONDITIONS MAY BE DIFFERENT. THE CONTRACTOR MAY ENCOUNTER VARIATIONS BETWEEN ACTUAL CONDITIONS AND THOSE SHOWN. THESE VARIATIONS WILL NOT BE THE BASIS FOR A CLAIM OR EXTRA COMPENSATION. THE LOCATION OF EXISTING UNDERGROUND U71LI17ES ARE SHOWN IN AN APPROXIMATE WAY ONLY AND HAVE NOT BEEN INDEPENDENTLY I / VERIFIED BY THE OWNER OR ENTRANCO. THE CONTRACTOR SHALL \ a DETERMINE THE EXACT LOCATION OF ALL EXISTING UTILITIES BEFORE COMMENCING WORK, AND AGREES TO BE FULLY RESPONSIBLE FOR ANY ' ` ' � AND ALL DAMAGES *NCH MIGHT BE OCCASIONED BY THE CONTRACTOR'S SEE DETAIL C _ APPROXIMATE FAILURE TO EXACTLY LOCATE AND PRESERVE ANY AND ALL UNDERGROUND NAD 1983/91 HORIZ. DATUM UTILITIES. / WETLAND BOUNDARY NAVD 1988 VERT. DATUM BENCHMARK - CONCRETE MOMUMENT AT INSTALL LANDSCAPE BARK ALONG FENCEUNE TO MATCH EXISTING INTERSECTION OF HIGH AVE. SOUTH AND LANDSCAPING. PLANT SHRUBS 10'APART. BEACOM WAY SOUTH 358.33 FT 0 VEHICLE 4CCESS I ' i REMOVE EXITING CATCH BASIN EX STING GROUIIIID SURFACE --------—----- ------------------- ----------- ---------—------------ ------ — — --- -- _4Q --— ----------- ---------- --- EXISTIM 12 CON ______ ______ _ 1tEMOVE EXIS NG CMP/A PIPE -. ----5-.076 1 R HDPE PIP I I i I 1I � — ------- ----- ------ p300 294Q - - -- AD ------ ------ ----- It-' --- ---------- ----- - - ---- 2$Q I --- ----- R---------i------------------- N j o - 0- -------- -- _--------------------- — - ------------- ----------- ------------ --------- ------------ -------- --- - - -- �s ------------ --- --------``' ---- --------- ! --- - -------- -------- -- —- -------- ---- ------ -------- ---— —--- -- - —-- s ------ -------- --------—------ ziI i ___________ h __�_ _________-_ _____________N __________ ___________ ________________________-'_______1 _ ___________'_____-__41_ 260________________ -6® O_________ __—_—___ ____________ __________ _—______\_1�_ _ _-_____-___ _________________ __.____ ____________ ____________ _ _ ___________________________________ XX__ ____________ - — - i __- In F Z x W F + — - r. 1— A_r* . \ ' I I I - /---4EXIS GIOU SVRFt------E4Y — - __-_____ __- __________ _ _________ _____--__ - 4 ---_ 40 _-------- ---------- — -_-__-_--_-_ ____ ----- B -___ ___ ----I_ ------- _-- ___ __te __________ ---------- - ------- " _________-__ __________-__------------N - ------------- lv` ------------- J I � \-- I 2 Q - --- ----------- --------- ---- — - -—— --�_ � Q-- ------- y --------j------------ ----------- -- ---- ---— ----— -- -----------— - R�$mmvNt)' MR "PRUV i C A BY -IT-1C -�QQ - -- ----------- ---- EW 18 SDRr28 HD PE PIE NEW 16"SDR 2B HOPE PIPE - —-- - --- -- QQ- - --- —I- 1 QQ —-- - ---4 G --BY'�}�-��+' } - --- Z o- -- - • ��- -- - - ----- -- 7 p ---- -- --- -- -- -------- - - .w.-.<_.. ..- HORIZ. 1'=20 20 40 + * O r' - I —' - -- — --— — -- -- - $Q- — —C ED FORS E--- --- �• - ---- -------- 20 — - CITY OF RENTON ����p VERT. 1"=20' 20 111ol0000� 40 r---------- TY-ST�IN9AR - -' DEPARTMENT OF PUBLIC WORMA per• �4 HIGH AVENUE SOUTH ! Ej N Ti R A N CIO ! p•1• � ! +so 4+!00 $TORMWATER OUTFALL IMPROVEMENT$ ' ,I -- — — - -------- PLAN d PROFILEE NEERS - SC NTISTS PUIINERS SU S Q•" --------- -- - -—-—- - -- --- W HINGTON ARIZG }DAHO cesaeD:•wa DATE: 7/10/96 FILE NAK:HAPPI.DWG 0+I00 +so I S+00 + 2 00 I 2+100 +50 i 3 �oN.��*° CHECKS + +75 , , +s ♦ +S +77 O 3 f* CNECKFD�AwM SCALE: 1" = 2D' ! I 1 NO. MVIMON •v AFM. •111! APFIIOYla .,�.� MEET: ! � • NOTES- e 1. PIPE SHALL BE CONSTRUCTED TO MAINTAIN POSITIVE DRAINAGE NO BELLIES OR SAGS. 2.PROVIDE 12" BEDDING BENEATH CATCH BASIN STRUCTURE. GALVANIZED MEDIUM PIPE CLAMP A B' X /�' THK. HOPE PIPE SLEEVE SOR 32.5 3.STANDARD PLAN 4032A FOR PAVEMENT REPAIR. PROVIDE 2' SPLIT A7 SPRINGLINE 2"MIN. BENDOVER TOP SOIL k SEED IN LAWN AREA. HYDROSEED AROUND OUTLET STRUCTURE, AND ADJACENT PIPE TRENCH AREA. HDPE PIPE N POST SPACING 6'-0' TYP. POST CAP (TYP.) USE GALV. FENCE 1'x 3' CEDAR PICKETS (TYP.) -- -- RAIL CLIPS PRESSURE TREATED REPLACE PAVEMENT OR NDSCAPING TO MATCH (EHENDET ON BELOW) 4x4 POST(TYP.) 1 LAN IN EXISTING GRADE I 1 1 I AREA. PAVING DEPTH TO MATCH EXISTING SECTION. --1 �- --- --- --- --- --- --- --- --- --- --i ASPHALT OR EPDXY COATED/B REBAR 1 1 I 1 A--� DRIVE 5'INTO UNDISTURBED SOIL -- - --- --- --- --- --------- SECTION --- --- --- -- �- I I 1 i I A-A o 'D ■■n11 I 1 1 1 1 2x4 (TYP.) T 1 I --- --- --- --- --- --- --- --- --- I 1 N U Ln n ' 2 EA. — 11�2' gg GALV. - i 9' BOLTS k HEXNUTS, EA. 1 ' 1 :r SIDE. (DRILLED 5/8'0 --- --- --- --- --- --- --- --- --- -- W - 1 H- i 1 1 I i THR GH HOLES IN CLAMP) N o b N -- o 12' CONTROLLED DENSITY FILL IN UPPER TRENCH OR \z F;. SPACING(TIP.} �.� 'ry (Typ.) COMPACT NATIVE BACKFILL IN LOWER TRENCH 2" 2"DIA. HOLE FOR REBAR '�_ N (MOUND LINE _ _ PIPE CONNECTION EAR DETAIL 2' N TRENCH TAI A LATERAL PIPE ANCHOR ASSEMBLY QETAL(_.__� PICKET FENCE TAI ' N.T.S. N.T.S. N.T.S. /e•HOLE OUTSIDE DIA. HDPE FLANGE ADAPTER I.D. LARGER DIA. PIPE CONSTRUCT OF 3/' GALVANIZED a PLOWABLE CDF ZERO SLUMP CDF OR LEAN MIX 20' O,—, O STEEL PLATE, HOT DIPPED AFTER '/2"BOLTS AND HEXNUTS, DRILLING AND CUTTING rA HOT DIPPED GALVANIZED O O EXISTING GROUND SURFACE O it REPLACE. TOPSOIL k LANDSCAPE O II O.D. SMALLER DIA. PIPE PLUS 1/2' ALIGN OPENING T BOTTOM SMALINVERTLER O.D. LARGER �-A %r i f/r r/furl;rrrr%rirr r r r%;;/r r;rr%r rr r r i r;rr%%r CONTROLLED DENSITY FILL (CDF) 3ECTKIN A—A PIPE ECCENTRIC REDUCER DETAIL f i f f f i f r f f fr rr fr f i rr f fr f f r f it f�fr f f r f f r r ff rrf rrf ffri fff fffrff fff;f frf ffr frf f rfrfrf�r r ffrff rif rffrf rrf rr rrrf rfrrrrrrfr frf rf rrf r r r NEW 18"r HDPE PIPET r r r r rrr rr r r f f f r f i rrr rr rrff rr rrfr 16"DIA. HDPE PIPE, DIA. AS S—.02R/ r r r f f r r r r f i rrr f f fr r r t r / � rrrr rrf rrr! f( 6"BEDDING CDFJ U r r r Jr fr r fr r 1p. f r rffff rr J. CAJSING PIPE j f f f 18 HDPE OR 32.5 r UNDISTURBED rrrr r �p 41i SOIL 18'x 16'FABRICATED HDPE PLATE REDUCER ti N LATERAL PIPE ANCHOR, 3 NEW 16'HOPE PIPE SEE DETAIL B /p• RSCOMMENT)Er) 20 BYFOR APPROVAL SEE ECCENTRIC BY BY RADIUS HDPE PIPE SLOPE INTERFACE DETAILO CITY OF RENTON PER RECOMMENDATIONS MANUFACTURER �TYP.) N•T.S• D G�' �' ��'� DEPARTMENT OF PUBLIC WORK® o �1fAq� s �4 HIGH AVENUE SOUTH STORMWATER OUTFALL IMPROVEMENTS SLIP CONNECPON A M Y ENTRANCO TYPICAL DETAILS CENGINEERS SCIENTISTS PLANNERS SI/RIE)DIPS �' OESxNiED:®WJ fi6h DATE: 7/10/96 FILE NAME:HADET1.DNf, N.T.S. WASHINGTON ARIZONA IDAHO &,.*A t� DNAWN: KAK CHECKED:JWM SCALE: N.7.S. reLo soo><: rAa, `� 'I• ? NO. IIEVI&ON my A.. MTE APPROVED: SHEET: 2 OF: 4 utwu NOTES: 1)ROUND SOLID LOCKING COVER MARKED "DRAIN' MITHY{, J'MAX GROUND SURFACE LOCKING BOLTS. SEE KCRS DWG 49 k 50 LEAVE 1'FOR SUPPORT a 1" RETURN OF COVER 1" DIA. HOPE (FL x PE) 2)CORROSION RESISTANT METAL. PARTS. AIR VENT AND FITTINGS l 3)HYDROSEED AROUND QU11E STRUCTURE 5 EA. - 1"x'/B" STAINLESS AND ADJACENT PIPE TRENCH AREA. STEEL SUPPORT STRAPS 1"DIA. HOPE AND 2' x % STAINLESS AIR VENT AND FlTTIN STEEL EXPANSION BOLTS. 3' v MAX. SPACING I EXPOSED END A MIN 1 OF PIPE BARREL i \ CORE DRILL A: WELD .R AIR VENT TO PIPE �. ;� I FUSE INTO 18' ? Z HOPE PIPE ;D ?• 3 1° ie METAL FLANGE DEFLECTOR PLATE �tis.'LF 0 RING T7 C� 7iP Py I I EPDXY STUD AND NUT I i (TYP.) " HDPE DEFLECTOR PLATE-FUSE I I y TO OUTSIDE EDGE OF PIPE I I NEW HOPE PIPE I I FUSE MOLDED FLANGE ADAPTOR ROD, BLANKET ON END OF NEW PIPE (I INSTALL AIR VENT AND DEFLECTOR SLOPE TO MATCH EXISTING 0 CORE CUT HOLE IN L'I \ PLATE AT CB/1 SEE DETAIL G DRAINAGE COURSE MVN' W N 18" DIA. HOPE MANHOLE WALL AND It;� LIGHT LOOSE RIPRAP 0 O PACK WITH GROUT l 4 cpnuT Dp^r 4'M 8'MIN. 10 FRONT PROFILE tti (1YP.) DEFLECTOR PLATE AND AIR VENT DE TAI QEE N T ' N.T.S. E N.T.S. 2 ' -FILTER FABRIC LINER UNDER ROCK SECTION A ASH RACK ( 1"DIA GALV STEEL BARS 4 SPACING) ATTACHED WITH /3 1MRE MESH SUPPORT FENCE (TO BE MANHOLE COVER FLUSH EXPANSION BOLTS 7S. SIDE OF STRUCTURE DIA. LOCATED ON THE DOWNHILL SIDE OF WITH TOP SLAB OVER WEIR OPENINGS.) FILTER FABRIC) STEP LADDER SAW CUT WEIR OVERFLOW WIRE MESH FENCE io FOR FILTER FABRIC -- _ - ALIGN WITH EXISTING DRAINAGE COURSE "72 TYPE 2 cS _ i FILTER FABRIC MATERIAL IN CONTINUOUS ROLLS _ FILTER FABRIC USE STAPLES OR WIRE RINGS TO ATTACH FABRIC ry V! EXISTING GROUND SURFACE MATERIAL "o p TO WIRE MESH SUPPORT I I HPE MANH CONNECTION DETAIL a N SEE AIL 2 ROCK BLANKET • SLOPE TO EXIS71NG GROUND SURFACE M DRAINAGE COURSE \ \\ �x' \\��\��\ \\\��\\ \!�%.ice\��\�\!� �i,.>�\\<\!✓�ii,. �a �C\<C� PROVIDE WASHED GRAVEL \ `^%�� QUARRY SPALLS FIRMLY SEATED BACKFILL. 3/4"-3"IN TRENCH BURY BOTTOM OF FILTER MATERIAL SECTION B INTO UNDERLYING SOIL AND ON BOTH SIDES OF FILTER \\\�� IN 8" x 12. TRENCH If FENCE FABRIC ON THE SURFACE 10 - 8" MIN. BURY BOTTOM OF FILTER OU TL T TR T o MATERIAL IN 8"x12" TRENCH N 6'-O'A.SX. E N.T.S. j 2"x2'x5' WOOD POSTS. STANDARD OR BETTER 2'x2"x5' WOOD POSTS. OR EQUIVALENT i STANDARD OR BETTER I OR EQUIVALENT Jl_. �C'OMMENDE 7 FM APP OV TEMPORARY SILT FENCE TAI H BY ' "�` CITY OF RENTON N.T.S. BY DEPARTMENT OF PUBLIC WORKS HIGH AVENUE SOUTH s` 8TORMWATER OUTFALL IMPROVEMENTS E N "T R A N C 0 L TYPICAL DETAILS ze ' EACINEERS SCIENTISTS PLANNERS SURVEYORS 7 ! oArE 7/t0/96 FEE NAME:HAIKTI.DWC WASHINGTON ARIZONA IDAHO ONiL r0 wuwN KAK _ — ..._ - DRAW% :JAY SCALE: N.7.$. ran.00e: rARI m_ 3 NO. REVaION lY APPR. DATE APPROVED: _ _. S-IT: 4 OF: 4